View
216
Download
1
Category
Preview:
Citation preview
ASSAM ENERGY DEVELOPMENT AGENCY
BID DOCUMENT
FOR
SUPPLY, INSTALLATION & COMMISSIONING
OF SOLAR PHOTOVOLTAIC HOME LIGHTING
SYSTEMS & STREET LIGHTING SYSTEMS IN THE
SELECT VILLAGES IN THE STATE OF ASSAM
INCLUDING COMPREHENSIVE MAINTENANCE
CONTRACT UNDER REMOTE VILLAGE
ELECTRIFICATION PROGRAMME OF THE
MINISTRY OF NEW & RENEWABLE ENERGY;
GOVT. OF INDIA ON TURNKEY BASIS1
COST OF TENDER DOCUMENTS : Rs 10,000.00 (Rupees Ten Thousand only) per group
DATE OF ISSUE OF TENDER DOCUMENT : 14/02/09 to 13/03/09
CLOSING DATE FOR SUBMISSION OF THE BID : 16/03/09 at 12.00 Noon
DATE OF OPENING OF THE TECHNICAL BID : 16/03/09 at 2.00 pm.
ASSAM ENERGY DEVELOPMENT AGENCY BIGYAN BHAWAN, NEAR IDBI BUILDING
G.S ROAD, GUWAHATI -5;ASSAM
LIST OF CONTENTS
SL. No
Section Particulars Page
1 1 Notice Inviting Tender(NIT) 3 - 7
2 2 Tender Inviting Proposal for Remote Village Electrification 8 -14
2
work under MNRE,,Govt.of India,on Turnkey basis.
3 3 Instruction to Bidder (INB) 15 - 25
4 4 General Terms and Conditions of Contract(GT&CC)
26-40
5 5 Technical Specifications(TS) 41-49
6 6 Bid Proforma 50-66
7 7 Work Packages(Groups) and List of Villages.
67-91
3
SECTION -1
NOTICE INVITING TENDER
4
NOTICE INVITING TENDER
No: AEDA/ 244/2008/22 Date 14.02.2009
Sealed tender accompanied by non refundable crossed Indian Postal Order of Rs 20.00
(Rupees Twenty) only payable at Guwahati, favouring the Director, AEDA are invited from
reputed manufacturer cum supplier, installer for the work of supply ,installation and
commissioning of Solar Photo Voltaic Home Lighting Systems and Solar Photo Voltaic
Street Lighting systems including comprehensive maintenance for 5 years in selected
villages in Assam as under.
5
ASSAM ENERGY DEVELOPMENT AGENCY(Under Science & Technology Department, Govt. Of Assam)
Bigyan Bhaban, Near IDBI BuildingG.S. Road, Guwahati-781005
0361-2464619.2464621, Fax: 0361-2464617 e-mail: assamrenewable@gmail.com
Description Of The Work:
Supply, Installation & commissioning of Solar Photo Voltaic Home Lighting systems
(SHLS) and Solar Photo Voltaic Street Lighting Systems (SSLS) including 5 years
Comprehensive Maintenance Contract in selected villages in Assam under the Remote
Village Electrification Programme of the Ministry of New & Renewable Energy , Govt. of
India implemented by AEDA.
Minimum Eligibility Criteria:
(i) The Bidder must be a reputed manufacturer cum supplier and installer of SHLS
and SSLS or manufacturer of at least one major component of SHLS & SSLS cum
supplier and installer of the system.
(ii) The Bidder must have past proven record of successful execution of similar
contract work of supply, installation and commissioning of minimum 1000 Nos. of
SHLS and 100 Nos. of SSLS for minimum 20 villages for the purpose of RVE
programme with work value of at least Rs 3.00 Crores (Rs.1.50 Crores in case of
registered SSI unit of Assam) during any of the last three financial years.
(iii) The Net worth of the Bidder during the last three financial years must be positive.
(iv) The Bidder must have valid Sales Tax/ VAT registration No., PAN No., EPF No
and valid 15 digits Service Tax Registration number .
Bid Documents : Bid documents, containing details of the scope of the work, eligibility and qualifying
criteria of the Bidder, specification of the systems/ component, Tender Proforma for
Techno-Commercial and Price Bid ,List of villages, general and special terms and
conditions of the Bid etc. may be obtained from the office of the undersigned during
working hours from 14/02/09 to 13/03/09
Time of completion : 120 (One hundred and twenty) days from date of signing of the contract agreement.
Cost of Bid documents (Non refundable) :
Rs 10,000.00 (Rupees ten thousand) only payable in favour of the Director, AEDA in the
form of “A/C Payee” Demand Draft of scheduled commercial banks payable at Guwahati,
6
Assam. In case of registered SSI unit of Assam, the cost of Bid document will be Rs
5000.00 (Rupees five thousands)only. Separate bid document must be purchased by the
bidder for each group/ package of work.
Earnest Money :
Amount shown below in the earnest money column (approximately 2% on estimated
value) against each Group of Work is to be deposited along with the bid in form of DD
in favour of Director AEDA and payable at Guwahati. In case of registered SSI unit of
Assam. 50% of the amount is to be deposited along with the Techno-Commercial Bid.
Proposed Work Packages
Sl.
No
Group No of
villages
No. of Systems Estimated Cost Earnest money
1 I 59 SHLS : 5555
SSLS : 317
Rs. 7,66,85,705.00 Rs 15,35,000.00
2 II 128 SHLS : 6019
SSLS : 138
Rs. 7,83,92,870.00 Rs 15,70,000.00
3 III 129 SHLS : 5833
SSLS : 297
Rs. 7,97,03,405.00 Rs 16,00,000.00
4 IV 160 SHLS : 6036
SSLS : 456
Rs. 8,58,76,440.00 Rs 17,20,000.00
5 V 97 SHLS : 5597
SSLS : 242
Rs. 7,54,95,830.00 Rs 15,10,000.00
TOTAL SHLS : 29040
SSLS : 1450
Rs. 39,61,54,250.00
:
Date of issue of Tender Document : 14/02/09 to 13/03/09
Closing Date for Submission of the Bid : At 12.00 Noon on 16/03/09
Date of opening of the Bid :
i) Techno- Commercial Bid : At 2.00.pm on 16/03/09
7
ii) Price Bid : As incorporated in clause 27.1 of INB.
8
Notes. 1. The work should be carried out strictly as per guidelines of the MNRE for
Remote Village Electrification programme.
2. The system components must be as per required technical specification of IS
or BIS supported by test report issued by SEC/OATCs for SHLS and SSLS
conforming to MNES 2005-2006 or 2006-2007 and years thereafter.
3. The Bid should be submitted against a particular group in three parts (i)
Earnest Money (ii) Techno-Commercial Bid (iii) Price Bid –in three separate
sealed envelopes superscribing (a) Tender No. (b) Group No (c) Techno-
Commercial Bid /Price Bid. A single Bidder can bid for any number of work
packages/groups. However, for such Bidding the Bidder must obtain separate
Bid Documents.
4. Earnest Money as shown should be deposited along with the Techno-
Commercial Bid payable in favour of the Director; AEDA, in the form of “A/C
Payee” demand draft on any nationalized bank payable at Guwahati.
5. Bidding Documents are non–transferable and can be obtained by the
interested firms/Bidder or their authorized representatives on submission of a
written application and on payment of non refundable specified amount.
Issuance of the Bidding Documents, however, shall not automatically mean
that such Bidder fulfills/meets the Qualifying Requirements. The Bid
documents may also be downloaded from the website
http://www.assamrenewable.org . However, such downloaded documents will
be treated valid only on receipt of the cost of the Bid Documents of
Rs.10,000.00 (Ten thousand) only for each group by AEDA.
6. AEDA reserves the right to break the packages and distribute to more than
one Bidder, in any way as may deem fit.
7. AEDA reserves the right to cancel/withdraw the Bid without assigning any
reason for such decision. Such decision will not incur any liability whatsoever
on the part of AEDA consequently.
8. Rate shall be quoted inclusive of all applicable taxes and duties . All
applicable taxes will be deducted at source against which necessary tax
deduction certificates will be issued as and when required.
9
9. Tax related evidences like PAN No., VAT Registration No. are to be
mentioned clearly (evidences are to be duly attached) otherwise the tender
will be rejected. Moreover 15 digit Service Tax Registration Number is also to
be furnished.
(Niraj Verma IAS)
DIRECTOR
AEDA.
10
Copy to
1. The Director, RVE
Ministry of New and Renewable Energy B-14, CGO Complex. Lodi Road, New Delhi -110003
2. The Commissioner and Secretary,Power
Govt. of Assam, Dispur.Guwahati-6
3. The Dy. Finance & Accounts Officer
AEDA, G.S Road ; Guwahati.
4. AEDA notice board.
(Niraj Verma IAS)
DIRECTOR
AEDA.
SECTION -2
TENDER INVITING PROPOSAL FOR
SUPPLY,INSTALLATION& COMMISSIONING
OF SOLAR PHOTO VOLTAIC HOME
11
LIGHTING SYSTEMS (MODEL–II)AND
STREET LIGHTING SYSTEMS AT SITE AND
COMPREHENSIVE MAINTENANCE
CONTRACT (FOR 5 YEARS) UNDER RVE OF
MNRE, GOVT. OF INDIA ON TURNKEY
BASIS
ASSAM ENERGY DEVELOPMENT AGENCY
BIGYAN BHAWAN, NEAR IDBI BUILDINGG.S ROAD, GUWAHATI -5;
ASSAM
TENDER INVITING PROPOSALS FOR REMOTE VILLAGE ELECTRIFICATION WORK
UNDER MNRE ,GOVT. OF INDIA. ON TURNKEY BASIS.
1 Assam Energy Development Agency has been selected as implementing agency for implementation of Remote Village Electrification Programme of the Ministry of New
and Renewable Energy, Government of India. The objective of the RVE programme
is to provide rural electrification in the remote villages in Assam by way of
12
installation of Solar Photo Voltaic Home Lighting Systems and Solar Photo Voltaic
Street Lighting Systems where it is not feasible to provide grid power.
2. Scope of work:
2.1. Manufacturing, shop testing, packing , forwarding, Supplying, of Solar Photo
Voltaic Home Lighting Systems (SHLS) and Solar Photo Voltaic Street
Lighting Systems (SSLS) as per specification including Comprehensive
Maintenance Contract (CMC) for 5 years on turnkey basis complete in all
respect along with one set of tools and tackle kit for each village.
2.2. Submission of implementation schedule from date of award of the contract.
2.3. Safe storage and handling of all materials supplied including transit insurance.
2.4. Installation, site fabrication, commissioning and testing of the systems.
2.5. Project management and site organization.
2.6. Supply of one set of tools and tackle kit in each village and one set of user’s
manual and instruction manual in English and Assamese for each beneficiary.
2.7. Organizing and arranging for training and demonstration for beneficiary as per
direction of AEDA.
2.8. Comprehensive Maintenance Contract (CMC) including repairing/ replacement
of system components/ parts etc for 5 years, including insurance coverage of
the systems covering necessary risk with burglary clause.
2.9 All above scope of work of the contractor will include all items and facilities as
may be necessary to complete the work on turnkey basis and as a binding
requirement.
3. Basic Specification of the equipments/systems to be supplied:
The general technical specification requirement and requirement for
CMC for the Remote Village Electrification are enclosed in the Section- 5 of the Bid
Document. The technical specification offered by the Bidder must conform to
13
specifications fixed by the Ministry of New and Renewable Energy for Remote Village
Electrification (RVE) for the year 2006-07 and years afterwards or as notified by the
Ministry for the current year. The components/ systems of SHLS and SSLS must be
tested and certified by the SEC/OATCs for the year 2005-06, 2006-07 or years after
2006-07 or for RVE corresponding to Specification of MNRE for RVE programme for
2006-07
The Bidder shall submit a “Compliance Certificate for meeting Technical Specification”
along with the Techno -Commercial part-II of Proforma –III. For qualification condition.
The Bidder may submit their technical Specifications for Remote Village Electrification
offered to be supplied.
4. Submission of Bid. The Bid should be submitted in three separate sealed envelopes as following
4.1 Earnest Money (Part-I)
Earnest Money amount as stipulated in the Tender Notice shall be paid in the form
of A/C Payee Bank Demand Draft with a forwarding letter on letter head clearly
mentioning the D.D No, date of the D.D, Name of the Bank and Branch , and
amount. The envelope should be superscribed as “Earnest Money” & “Group -…….”
4.2 Techno- Commercial Bid (Part-II)
Techno- Commercial Bid (Part-II) will include vendor’s scope of work, responsibilities,
guarantees, specification of the equipments, commercial terms and conditions,
Bidders credentials, past experience of similar assignments, registration details, and
earnest money particulars. Tender proforma for Techno- Commercial Bid (Part-II) is
enclosed as Proforma V. The envelope should be super scribed as “TECHNO-
COMMERCIAL BID” followed by title of the work and enquiry reference. All particulars
as per check list of INB be submitted with this part.
4.3 Price Bid (Part-III)
Under this (Part-III) will include rate of supply, installation, commissioning, of various
items as per requirement and rate for Comprehensive Maintenance Contract for five
years for the proposed villages as per list in the group. Tender Proforma for Price
14
Bid (part-III) is enclosed as Proforma –VII. The envelope should be super scribed as
“PRICE BID”
All three envelopes containing Part-I, Part-II and Part-III should be submitted in
Duplicate (One original and one photo copy) in a single sealed envelope Super
scribing “ BID FOR RVEP UNDER MNRE” and “GROUP NO……” addressed to The
Director, Assam Energy Development Agency, Bigyan Bhawan, Near IDBI,
Guwahati-5
The AEDA will not be responsible for misplacement/delay in receipt of either
request for issuance of Bidding Documents or Bidding Documents or Bids sent by
post.
15
5. Volume of the work. Tentative total volume of the work in each group are as below.
Sl. No Group No. of
villages
No. of Systems Estimated Cost
1 I 59 SHLS : 5555
SSLS : 317
Rs. 7,66,85,705.00
2 II 128 SHLS : 6019
SSLS : 138
Rs. 7,83,92,870.00
3 III 129 SHLS : 5833
SSLS : 297
Rs. 7,97,03,405.00
4 IV 160 SHLS : 6036
SSLS : 456
Rs. 8,58,76,440.00
5 V 97 SHLS : 5597
SSLS : 242
Rs. 7,54,95,830.00
TOTAL SHLS : 29040
SSLS : 1450
Rs. 39,61,54,250.00
6. Opening of Bid document:
Bids must be delivered to the AEDA at the address mentioned at Para 4.3. Bids will be received and opened in the presence of Bidders’ representatives who choose to be present, as per following schedule:
Date of opening of the Bid
i) Techno Commercial Bid : At 2.00 p.m. on 16/03/09
ii) Price Bid : As incorporated in INB clause 27.1
Award of the work
For evaluation of the Bid, Techno- Commercial Bid will be first opened. The Price Bid of
those Bidders only who qualify in the Techno-Commercial Bid and meet the technical
requirement will be opened.
16
The work will be awarded to the Bidders qualifying in the Techno- Commercial Bid and
offering lowest work value for the package.
The work should be started within 30 days from the date of signing of the work contract
agreement.
6.4 AEDA reserves the right to cancel/withdraw the Bid without assigning any reason for such decision. Such decision will not incur any liability whatsoever on the part of the AEDA consequently.
6.5 The work group may be broken down to smaller ones and allotted to more than
one Bidder at the discretion of AEDA.
7. Period of Completion.
The entire work of supply , installation, commissioning work complete in all respect as
per tender requirement shall have to be completed in 120 days from date of issue of
letter offering the work order.
8 Termination of the Work Order;
AEDA reserves the right to terminate the work order at any stage in accordance with
the Terms & Conditions of Contract of AEDA.
9. Commercial Terms and Conditions:
9.1 Payment Terms:
Subject to deduction clause and other clause incorporated in General Terms and
Condition, 70% of the contract price (excluding CMC part) for each village shall be
paid after satisfactory supply, installation and commissioning of the systems
against submission of bills/ invoices, lorry receipt, challans etc in triplicate,
certificate of installation, testing, commissioning, utilization report as per proforma of
AEDA and installation completion certificate from concerned circle officer/ BDO or
higher officer within 30 days.
20% of the contract price out of balance 30% of the contract value(excluding CMC
part) for each village will be released (subject to release of fund from MNRE,GOI)
after satisfactory submission of all the documents as per clause 24.1 of GT&CC
and on receipt of satisfactory 3rd party verification report and training & awareness
programme completion report .
17
Remaining 10% of the contract price (excluding CMC part) will be released after 5
years from date of commencement of CMC subject to satisfactory performance of
CMC as well as subject to release of fund from MNRE ,Govt. of India.
The payment against CMC part will be released in 5 annual installment as per
clause in General Terms and Conditions of Contract.
9.2 Earnest Money Deposit:
Earnest Money as detailed earlier for each Group of Work is to be deposited along
with the Techno- Commercial Bid payable in favour of the Director; AEDA, in the
form of “A/C Payee” demand draft on any nationalized bank payable at Guwahati In
case of registered SSI unit of Assam the EMD would be relieved upto 50%.
9.3 Security Deposit: The successful Bidder shall have to furnish security deposit of 10% of the
contract value after adjusting the earnest money amount within 15 days from
date of letter of awarding work in the form of Demand Draft or Banker’s Cheque
or pay order on any Nationalized/ Scheduled Commercial bank in India in favour
of the Director, AEDA, payable at Guwahati.
The work order will be liable for cancellation if the bidder fails to furnish the
required Security Deposit within 15 days from the date of allotment of work.
The security deposit is liable for forfeiture by AEDA in case of termination,
cancellation of the contract pursuant to Clause : “Termination of Contract" No 43
of GT&CC or failure of the systems to deliver satisfactory and acceptable
performance.
The security deposit shall be released after satisfactory completion of the
supply, installation & commissioning work and completion of training program
subject to satisfactory third party monitoring report.
18
9.4 Taxes and Duties:
The rate should be quoted as per price proforma inclusive of all applicable taxes
and duties like. CST, VAT, Income Tax, Entry Tax, Octroi etc in respect of supply
only and applicable service taxes. VAT and income tax for installation and
commissioning part only and Service Tax & Income Tax will be applicable in case of
only CMC part. All Taxes and Duties as may be applicable (CST, VAT, Income Tax,
Octroi, Service Tax, Entry Tax etc) shall be borne by the Bidder and applicable
taxes shall be deducted at source by AEDA at the time of payment.
Director, AEDA shall not be responsible for issuing of Road Permit. However this
office will co-operate with the selected bidders in this regard if felt necessary.
9.5 Income Tax. Income Tax applicable will be deducted at source as per rule.
10. Basic Qualifying Requirement:
10.1 The Bidder should be a reputed manufacturer cum supplier and installer of SHLS
and SSLS or manufacturer of at least one major component of the system and
supplier cum installer of SHLS and SSLS.
10.2 The Bidder must have past proven record of successful execution of similar work of
supply, commissioning of minimum 1000 Nos of SHLS and 100 Nos of SSLS of
both systems for minimum 20 villages for the purpose of RVE programme with work
value of at least Rs 3.00 Crores ( Rs 1.50 Crores in case of registered SSI unit of
Assam under DI&CC or NSIC) during any of the last three financial years.
10.3 The Net worth of the Bidder during the last three financial years must be positive.
10.4 The Bidder must have valid Sales Tax/ VAT registration No., PAN No., EPF No and
up- to-date Sales Tax/ VAT clearance certificate, and 15 digit service tax registration
No.
11. Other Requirement :
The Bidder
19
11.1 Should be acquainted with the local conditions of geography, socio- economic
setup of the remote villages of the State and be capable to mobilize , organize and
expedite the activities.
11.2 Should have adequate working personnel comprising of technical, skilled and
unskilled workers to execute the work.
11.3 Should be conversant with the code and standards, specifications etc for the
proposed type of work under MNRE.
12. Project Management & Site organization:
12.1 Site Office/Project Office to be set up by the Bidder within the project area/
jurisdiction
12.2 Monthly progress report highlighting works completed, plan for next working period,
any delay vis-à-vis committed schedule be submitted by the Bidder within 7 th of
each month.
12.3 Store house for materials, Site fabrication facilities etc. be arranged by the Bidder of
their own for proper implementation of the project.
13. Approval, Clearance, Certifications etc .
Necessary test certificate issued by the Solar Energy Centre (SEC),Gurgaon,
Haryana or Electronics Regional Test Laboratory (ERTL) Kolkota or Central Power
Research Institute (CPRI) Tiruvananthapuram or Electronics Test and Development
Centre , Bangalore conforming to required specification of the Solar System for
MNRE, Govt. of India to be furnished with Bid documents without which the Bid will
be outrightly rejected. Other statutory approval, clearance as may be required shall
be obtained by the Bidder.
14. Guarantees and Penalties:
20
14.1 Liquidated Damage
The proposed work is on top priority of Govt. of India and therefore has to be
completed within the stipulated / agreed scheduled. Any delay beyond that will
attract penalty as per General Terms and Condition of Supply and Contract.
15. Bid Forms and Bid Proforma:
15.1 Section - 6 of the tender documents be referred to.
21
SECTION -3
INSTRUCTION TO BIDDER (INB)
22
INSTRUCTION TO BIDDERS (INB)
1.0 GENERAL INSTRUCTIONS
1.1 Assam Energy Developoment Agency (implementer of the project) hereinafter called
“AEDA” will receive Bids in respect of equipments/system to be supplied and
installed as set forth in the accompanying Specifications. All Bids shall be prepared
and submitted in accordance with these instructions.
2.0 QUALIFYING REQUIREMENTS OF BIDDERS:2.1 This Bidding is open to any manufacturer who provides satisfactory evidence
concerning the following that
a. The Bidder is a qualified manufacturer who regularly manufactures ,supplies and
installs the equipment/systems of the type specified and has adequate technical
knowledge and practical experience:
b The Bidder should be a reputed manufacturer cum supplier of SHLS and SSLS or
manufacturer of at least one major component of the system and supplier ,installer
of SHLS and SSLS
c The Bidder must have past proven record of successful execution of similar contract
work of supply, commissioning of minimum 1000 Nos of SHLS and 100 Nos of
SSLS of both systems for minimum 20 villages for the purpose of RVE programme
with work value of at least Rs 3.00 Crores ( Rs 1.50 Crores in case of registered
SSI unit of Assam) during any of the last three financial years.
d. The Net worth of the Bidder during the last three financial years must be positive.
e. The Bidder must have valid Sales Tax/ VAT Registration No., PAN No., EPF No and
up- to-date Sales Tax/ VAT clearance certificate and 15 digit Service Tax
Registration number.
23
f. The Bidder has adequate financial stability and status to meet the financial obligation
pursuant to the scope of the works (the Bidders should submit at least 3 copies of
the Profit and Loss Account and Balance Sheet for the last 3 years)
g. Manufacturers should have adequate Plant and Manufacturing capacity available to
perform the works properly and expeditiously within the time period specified. The
evidence shall consists of written details of the installed manufacturing capacities
and present commitments (excluding the work under this specification) of the
Bidder. If the present commitments are such that the installed capacity results
inadequacy of the manufacturing capacities to meet the requirement of equipment
corresponding to this Bid, then the details of alternative arrangements to be
organized by the Bidder for this purpose and which shall meet the AEDA’s approval,
shall also be furnished.
.
2.2 In addition, the qualifying requirement as stated in the accompanying General
Terms & Conditions of Contract (GT&CC) shall also apply.
2.3 The above stated requirements are a minimum and the AEDA reserves the right to
request for any additional information and also reserves the right to reject the
proposal of any Bidder,if in the opinion of the AEDA, the qualification data is
incomplete or the Bidder is found not qualified to satisfactorily perform the Contract.
24
3.0 COST OF BIDDING
3.1 The Bidder shall bear all costs and expenses associated with preparation and
submission of its Bid including post-Bid discussions, technical and other presentation
etc. and the AEDA will in no case be responsible or liable for those costs, regardless
of the conduct or outcome of the Bidding process.
4.0 CONTENTS OF BIDDING DOCUMENTS
4.1 The goods and services required, Bidding procedures and contract terms are
prescribed in the Bidding Documents.
In addition to the Invitation for Bids, the Bidding Documents is a compilation of the
following sections:
a. Instructions to Bidders Section - 3 ( INB )b. General Terms & Conditions of Contract Section - 4 (GT&CC )c. Technical Specification (Volume II). Section - 5 ( T.S )d. Bid Forms, Price Bid Forms Section - 6 ( Proforma)e. List of villages Section - 7 (Annexure)
5.0 UNDERSTANDING OF BIDDING DOCUMENTS
5.1 A prospective Bidder is expected to examine all instructions, forms, terms and
specifications in the Bidding Documents and fully inform himself as to all the
conditions and matters which may in any way affect the scope of work or the cost
thereof. Failure to furnish all information required by the Bidding Documents or
submission of a Bid not substantially responsive to the Bidding Documents in every
respect will be at the Bidder’s risk and may result in the rejection of its Bid.
6.0 CLARIFICATIONS ON BIDDING DOCUMENTS
6.1 If the prospective Bidder finds discrepancies or omissions in the specifications and
documents or is in doubt as to the true meaning of any part, he shall at once make a
request, in writing, for an interpretation/clarification, to the AEDA in duplicate. AEDA
then will issue interpretation/clarification as he may think fit in writing. After receipt of
such interpretation and clarification, the Bidder may submit his Bid but within the
time and date as specified in the Invitation for Bids. All such interpretations and
clarifications shall form a part of the Bidding Documents and shall accompany the
Bidder’s proposal. A prospective Bidder requiring any clarification on Bidding
Documents may notify the AEDA in writing. The AEDA will respond in writing to any
request for such clarification of the Bidding Documents which it receives not later
25
than fifteen (15) days prior to the deadline for submission of Bids prescribed by the
AEDA. Written copies of the AEDA’s response (including an explanation of the
query but without identifying its source) will be sent to all prospective Bidders which
have procured the Bidding Documents.
6.2 Verbal clarification and information given by the AEDA or its employee(s) or its
representative (s) shall not in any way be binding on the AEDA.
7.0 AMENDMENT TO BIDDING DOCUMENTS
7.1 At any time prior to the deadline for submission of Bids, the AEDA may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective Bidder, modify the Bidding Documents by amendment (s).
7.2 The amendment will be notified in writing or by fax/ e mail to all prospective Bidders,
which have received the Bidding Documents at the address contained in the letter of
request for issue of Bidding Documents from the Bidders. AEDA will bear no
responsibility or liability arising out of non-receipt of the same in time or otherwise.
The same will also be uploaded in the website of AEDA.
7.3 In order to afford prospective Bidders reasonable time in which to take the
amendment into account in preparing their Bids, the AEDA may, at its discretion,
extend the deadline for submission of Bids.
7.4 Such amendments, clarifications, etc, shall be binding on the Bidders and will be
given due consideration by the Bidders while they submit their Bids and invariably
enclose such documents as a part of the Bid.
8.0 LANGUAGE OF BID
8.1 The Bid prepared by the Bidders and all correspondence and documents relating to
the Bid, exchanged by the Bidder and the AEDA, shall be written in the English
language, provided that any printed literature furnished by the Bidder may be written
in another language so long as accompanied by an English translation of its pertinent
passages. Failure to comply with this may disqualify a Bid. For purposes of
interpretation of the Bid, the English translation shall govern.
9.0 LOCAL CONDITIONS
9.1 It will be imperative on each Bidder to fully inform himself of all local conditions and
factors which may have any effects on the execution of the contract covered under
these documents and specifications. The AEDA shall not entertain any request for
clarification from Bidders, regarding such local conditions.
9.2 It must be understood and agreed that such factors have properly been investigated
and considered while submitting the proposals. No claim for financial adjustment to
26
the Contract awarded under these specifications and documents will be entertained
by the AEDA. Neither any change in the time schedule of the Contract nor any
financial adjustments arising thereof shall be permitted by the AEDA, which are based
on the lack of such clear information or its effect on the cost of the works to the
Bidder.
10.0 DOCUMENTS COMPRISING THE BID
10.1 The Bidder shall complete the Bid Form inclusive of Price Schedules,Technical Data
Sheets etc. furnished in the Bidding Documents, indicating; for the goods to be
supplied and services to be rendered, a brief description of goods and services;
quantity and prices.
10.2 The Bidder shall also submit documentary evidence to establish that the,Bidder
meets the qualification requirements as detailed in clause 2.0 above and
accompanying the list of documents as under.
a. Forwarding Letter. Proforma – I
b. Minimum Eligibility Qualification Condition Proforma - II
c. Compliance certificate for meeting Technical Specification Proforma – III
d. Attested photocopy of Registration Certificate of Firm/SSI/ NSIC
as the case may be
e. Documentary evidence in support of execution of similar works Proforma - VI
f. Copy of all valid Registration Certificate
g. Certified copies of latest Sales Tax Clearance Certificate and Sales Tax
Registration Certificate and PAN No./Tan No. and 15 digit service tax registration No.
h. Attested Photo-copy of Partnership Deed in case of partnership firm with
the photograph & details of each partner
i. Power of Attorney for authorised signatory in case of companies.
j. Financial capability certificate from Bank/Financial Institution indicating that the
manufacturer has the necessary resources for execution of the order.
k. Proof of annual turnover for past 3 years for SPV systems including details of
manufacturing capacity / facility along with testing facilities and list of items /
products manufactured in house and bought-out items.
l. Photocopies of certificate of satisfactory performance of systems supplied to state
Nodal agencies along with copies of purchase orders / contracts.
m. Test Certificate of Solar Home Lighting System issued by Solar Energy Centre/MNES
approved testing centres (OATCs) for the test performed during 2006-2007 or 2007-
2008 as per MNES, Govt. of India specifications.
n. Technical Specifications of all quipments/components of the systems
o. Photocopy of bank draft submitted as cost of bid document.
p. PF Registration Certificate & PF Registration No.
27
q. A tentative overall schedule in the form of Bar Chart and PERT
r. A copy of Price Schedule (without prices), duly signed & stamped, as per Proforma-
VII mentioning “ Quoted “ word in the column of UNIT rate and Total rate for which
price is quoted and mentioning “not quoted” for which price is not quoted.
s. Declaration that they have never been de-listed or banned at any time in the
past by any Govt. or Public Sector undertaking.
t. GPS Co-ordinate & address of the registered office and factory of the bidder.
u. No Deviation Confirmation as per Proforma IX
v. Bidder shall submit complete bidding document including subsequent amendment,
modification and revision, duly signed and stamped as a token
w Copy of audited Balance Sheet and Profit & Loss Account for last three (3) years or
certificate from a reputed Bank regarding financial soundness of the party.
x. Net Worth of last three (3) years
y. Proof in support of all Tax & Duties clearance
Please note that this is a zero deviation tender. Bidders are advised to strictly confirm
compliance to bid conditions and not to stipulate any deviation / conditions in their offer.
Subsequent to bid submission, AEDA may not seek confirmations / clarifications and
any offer(s) not in line with BID conditions shall be liable for rejection. Bidders are also
requested to submit the documents / confirmations strictly as per requirement.
11.0 SCOPE OF THE PROPOSAL
11.1 The scope of the proposal shall be on the basis of a single Bidder’s responsibility,
completely covering all the equipment specified under the accompanying Technical
Specification. It will include the following:
a. Detailed design of the equipment/systems as applicable.
b. Complete manufacture including complete test report from competent authority.
c. Providing engineering drawing, data, operation, manual, etc. for AEDA’s approval.
d. Packing and transportation from the manufacturer’s works to the Site.
e. Receipt, storage, preservation and conservation of equipment at the Site.
f. Pre-assembly, if any, erection, testing and commissioning of all the equipment.
g. Reliability tests and performance and guarantee tests on completion of
commissioning;
h. Organizing and arranging for training and demonstration for beneficiary as per
direction of AEDA.
i Comprehensive Maintenance Contract (CMC) including repairing/ replacement of
system components/ parts etc for 5 years, for PV modules 10 years and insurance
of the systems covering necessary risk including burglary clause.
28
11. Bids containing deviations from provisions relating to Bid clauses will be considered
as non-responsive :
11.3 The AEDA’s determination of a Bid’s responsiveness is to be based on the contents
of the Bid itself without recourse to extrinsic evidence.
11.4 Bids not covering the above entire Scope of Work may be treated as incomplete
and hence rejected.
12.0 BID PRICE
12.1 The Bidder shall quote in the appropriate schedule of the Bid Form, the unit price
and total price for the entire Scope of Work (covered under the Bidding Documents)
with unit rates of the goods it proposes to supply unless otherwise specified in the
Terms & Conditions of Contract.
13.0 PRICE BASIS AND PAYMENTS
13.1 The Bidders shall quote in their proposals the total price for the entire Scope of
Works covered under the Technical Specifications as required in the Bid Proposal
sheets on a base price plus taxation basis unless otherwise specified in the
Conditions of Contract. Bidders quoting a system of pricing other than that specified
shall be rejected.
13.2 Bidder shall indicate Bid prices in Indian Rupees only.
14.0 TAXES AND DUTIES
14.1 All applicable taxes and duties like Excise, CST,VAT, Octroi, Entry Tax, Service
Tax, Income Tax etc payable by the Bidders in respect of supply of the systems
shall be the obligation to the bidder and included in the Bid price . No claim on this
behalf will be entertained by the AEDA.
14.2 Applicable VAT , local taxes and other levies in respect of the transactions between
the AEDA and the Contractor under the Contract, if any, shall be included in the Bid
price and applicable taxes will be deducted at sources against which necessary tax
deduction certificate shall be issued as and when required.
14.3 Necessary Service tax, VAT & Income Tax in respect of commissioning and
installation part be included in the price bid. Service Tax and Income Tax are to be
included in CMC part of the Price Bid at the applicable rate.
29
14.4 Applicable income tax as per rule shall be incorporated in the price bid which shall
be deducted at source by AEDA at the time of payment to the bidder and issue TDS
Certificate to the Contractor.
15.0 TIME SCHEDULE
15.1 The basic consideration and the essence of the Contract shall be strict adherence to
the time schedule for performing the specified works.
15.2 The AEDA’s requirement of completion schedule for the works are mentioned in the
accompanying General Terms & Conditions of Contract.
15.3 The completion schedule as stated in the Conditions of Contract shall be one of the
major factors in consideration of the Bids.
15.4 The AEDA reserves the right to request for a change in the work schedule during
post-Bid discussion with successful Bidder.
15.5 The successful Bidder will be required to prepare detailed PERT-Network and
submit the same to AEDA, as per the requirement of clause
16.0 CONTRACT QUALITY ASSURANCE
16.1 The Bidder shall include in his proposal, the quality assurance programme
containing the overall quality management and procedures which he proposed to
follow in the performance of the works during various phases, as detailed in relevant
clause of the General Technical Conditions.
16.2 At the time of award of Contract, the detailed quality assurance programme to be
followed for the execution of the contract will be mutually discussed and agreed to
and such agreed programme shall form a part of the contract.
17.0 INSURANCE
The Bidder’s insurance liabilities pertaining to the Scope of Work are detailed out in
clauses titled insurance in Terms & Conditions of Contract and Bidder’s attention is
specifically invited to these clauses. The Bid price shall include all the cost in
pursuance of fulfilling all the insurance liabilities under the Contract.
18.0 BID SECURITY
18.1 The Bidder shall furnish, as part of its Bid, a Bid SECURITY for an amount as
specified in the accompanying General Terms & Conditions of Contract. The Bid
guarantee/Security shall be valid for the contract period.
18.2 The Bid security is required to protect the AEDA against the risk of Bidder’s
conduct, which would warrant the guarantee forfeiture pursuant to Para 18.4. The
Bid guarantee shall be made payable to the AEDA without any conditions,
whatsoever.
30
18.3 The Bid security shall be denominated in Indian Rupees only and shall be in one of
the following forms
(a) Crossed bank draft in favour of “The Director, AEDA”payable at Guwahati from a Reputed commercial Bank
(b) A cheque certified by the Banker as good for payment drawn in favour of “The Director, AEDA” payable at Guwahati on a Reputed commercial Bank/
Financial institution.
18.4 The Bid Security may be forfeited:
a. If a Bidder withdraws/ modifies its Bid during the period of Bid validity specified
by the Bidder on the Bid form; or
b. In case the Bidder does not withdraw the deviations proposed by him, if any, at
the cost of withdrawal stated by him in the Bid; or
c. If a Bidder does not accept the corrections to arithmetical errors identified during
preliminary evaluation of this Bid .
e. In case of a successful Bidder, if the Bidder fails to sign the contract within
stipulated time.
f. In case of a successful Bidder, if the Bidder fails to furnish the Performance
Guarantee.
18.5 The Bid security shall be submitted within 15 days from the date of award of the
contract work. . Contract Order will be liable for rejection if Bid security in
accordance with provision of this clause is not furnished.
18.6 The Bid Security will be released after successful completion of installation work
and on satisfactory third party monitoring report. No interest shall be payable by the
AEDA on the above Bid security
18.7 If the Bidder fails to execute the order within the stipulated time or Supplies
substandard material the security deposit will be forfeited.
19. PERIOD OF VALIDITY OF BIDS
19.1 Bids shall remain valid for 6 (six) calendar months after the date of Bid opening
prescribed by the AEDA, unless otherwise specified in the accompanying Terms &
Conditions of Contract. A Bid valid for a shorter period will be rejected as non-
responsive.
19.2 In exceptional circumstances, the AEDA may solicit the Bidder’s consent to an
extension of the period of Bid validity. The request and the response thereto shall
be made in writing (including cable or fax). The Bid guarantee provided under
clause 22.0 shall also be extended by the same period as the extension in the
validity of the Bid. A Bidder may refuse the request without forfeiting his Bid
security. A Bidder granting the request will not be required or permitted to modify his
Bid.
31
20. SUBMISSION OF BIDS20.1 The Bidder shall prepare two copies of the Bid, clearly marking each “Original Bid”
and “Copy of Bid”, as appropriate. In the event of any discrepancy between them,
the original shall govern.
20.2 The original and the copy of the Bid shall be typed or written in indelible ink and shall
be signed by the Bidder or a person or persons duly authorized by the Bidder. The
letter of authorization shall be indicated by written power-of-attorney accompanying
the Bid. All pages of the Bid, except for unamended printed literature, shall be
initialed by the person or persons signing the Bid.
20.3 The Bidders must submit the qualifying data in two copies, as required in these
Instructions to Bidder along with the Techno- Commercial Bid
20.4 The Bid shall contain no interlineations, erasures or overwriting except as necessary
to correct errors made by the Bidder, in which case such corrections shall be
initialed by the person or persons signing the Bid.
21.0 SIGNATURE OF BIDS
21.1 The Bid must contain the name, residence and place of business of the person or
persons making the Bid and must be signed and sealed by the Bidder with his usual
signature. The names of all persons signing should also be typed or printed below
the signature.
21.2 Bid by a partnership must be furnished with full names of all partners and be signed
with the partnership name, followed by the signature(s) and designation(s) of the
authorized partner(s) or other authorized representative(s).
21.3 Bids by Corporation/Company must be signed with the legal name of the
Corporation/Company by the President, Managing Director or by the Secretary or
other person or persons authorized to bid on behalf of such Corporation/Company
in the matter.
21.4 Satisfactory evidence of authority of the person signing on behalf of the Bidder shall
be furnished with the Bid.
21.5 The Bidder’s name stated on the proposal shall be exact legal name of the firm
21.6 Bids not conforming to the above requirements of signing may be disqualified
22.0 SEALING AND MARKING OF BIDS
22.1 The Bidders shall seal the original and each copy of the Bid in an inner and an outer
envelope, duly marking the envelopes as “Original” and “Copy”.
22.2 The inner and outer envelopes shall be:
a) Addressed to the AEDA at the following address:
To
The Director
32
Assam Energy Development Agency;
Bigyan Bhawan, Near IDBI building,
G.S Road; Guwahati-781005.
b) Bear (the name of package, the specification number, and the words “DO NOT OPEN BEFORE………………”
22.3 The inner envelope shall indicate the name and address of the Bidder to enable the
Bid to be returned unopened in case it is declared “late” or “rejected”.
22.4 If the outer envelope is not sealed and marked as required by para 22.2, AEDA will
assume no responsibility for the Bid’s misplacement or premature opening.
22.5 The Earnest Money must be submitted in a separate sealed envelope.
23.0 DEADLINE FOR SUBMISSION OF BIDS23.1 The Bidders have the option of sending the Bid by registered post or submitting the
Bid in person. Bids submitted by telex/telegram/fax will not be accepted. No request
from any Bidder to the AEDA to collect the Bid from airlines, cargo agents etc. shall
be entertained by the AEDA.
23.2 Bids must be received by the AEDA at the address specified under para 22.2 (a) not
later than the time & date mentioned in the Invitation to Bid.
23.3 The AEDA may, at its discretion, extend this deadline for the submission of Bids by
amending the Bidding Documents, in which case all rights and obligations of the
AEDA and Bidders previously subject to the deadline will thereafter be subject to the
deadline as extended.
24.0 LATE BIDS24.1 Any Bid received by the AEDA after the time & date fixed or extended for
submission of Bids prescribed by the AEDA, will be rejected and/or returned
unopened to the Bidder.
25.0 MODIFICATION AND WITHDRAWAL OF BIDS25.1 The Bidder may modify or withdraw its Bid after the Bid’s submission provided that
written notice of the modification or withdrawal is received by the AEDA prior to the
deadline prescribed for submission of Bids.
25.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked
and dispatched in accordance with the provisions of clause 22.0.
25.3 No Bid may be modified subsequent to the deadline for submission of Bids.
26.0 INFORMATION REQUIRED WITH THE PROPOSAL
33
26.1 The Bids must clearly indicate the name of the manufacturer, the type of model of
each principal item of equipment proposed to be furnished and erected with proper
specification.
26.2 The above information shall be provided by the Bidder in the form of separate
sheets, drawings, catalogues, etc. in all copies.
26.3 Any Bid not containing sufficient descriptive material to describe accurately the
equipment proposed, may be treated as incomplete and hence rejected. Such
descriptive materials and drawings submitted by the Bidder will be retained. Any
major departure from these drawings and descriptive material submitted will not be
permitted during the execution of the Contract.
26.4 Necessary test certificate issued by the Solar Energy Centre (SEC) Gurgaon,
Haryana or Electronics Regional Test Laboratory (ERTL) Kolkota or Central Power
Research Institute (CPRI) Tiruvananthpuram or Electronics Test and Development
Centre , Bangalore conforming to required specification of the Solar System for
MNRE, Govt. of India to be furnished with Bid documents without which the Bid will
be out rightly rejected. Other statutory approval, clearance as may required shall be
obtained by the Bidder.
27.0 OPENING OF BIDS.27.1 The AEDA will open Bids in the presence of Bidders’ representatives (up to 2
persons) who choose to attend at the date and time for opening of Bids indicated in
the Invitation to Bid, or in case any extension has been given thereto, on the
extended Bid opening date and time notified to all the Bidders, who have purchased
the Bidding Documents. The Bidders’ representatives who are present shall sign a
register evidencing their attendance. Price Part of each lot of only those bidders,
whose offers are technically and commercially acceptable after evaluation of the
Technical and Commercial Part, will be opened and evaluated. The date & time for
opening of Part-III: Price Part will be uploaded in AEDA web-site. Bidders are requested to visit the web-site (www.assamrenewable.org) regularly and keep themselves informed. The Price Part will be opened at the office of Director, AEDA
as intimated, in the presence of eligible bidders or their authorized representative.
The authorized representative will be allowed to attend the opening on production of
authorization letter.
.
27.2 No electronic recording devices will be permitted during Bid opening.
28.0 CLARIFICATION OF BIDS
34
28.1 To assist in the examination, evaluation and comparison of Bids, the AEDA may, at
its discretion, ask the Bidder for a clarification of its Bid. The request for clarification
and the response shall be in writing and no change in the price or substance of the
Bid shall be sought, offered or permitted.
29.0 EVALUATION OF BID AND AWARDING OF THE WORK:29.1 For evaluation of the Bid, Techno- Commercial Bid will be first opened. The Price
Bid of those Bidders only who qualify in the Techno-Commercial Bid and meet the
technical requirement will be opened.
29.2 Prior to the detailed evaluation, the AEDA will determine the substantial
responsiveness of each Bid to the Bidding Documents. For purpose of these
Clauses, a substantially responsive Bid is one which conforms to all the terms and
conditions of the Bidding Documents without material deviations. A material
deviation is one which limits in any substantial way the prices, quality, quantity or
delivery period of the equipment or which limits in any way the responsibilities or
liabilities of the Bidder of any right of the AEDA as required in these specifications
and documents. The AEDA’s determination of a Bid’s responsiveness shall be
based on the contents of the Bid itself without recourse to extrinsic evidence.
29.3 A Bid determined as not substantially responsive will be rejected and may not
subsequently be made responsive by the Bidder by correction of the non-
conformity.
.
30.0 COMPARISION OF BIDS30.1 The Bids shall be evaluated on the basis of total value of the package for he entire
scope of work as defined in the Bidding Documents.
.30.1 Evaluated Bid prices of all the Bidders shall be compared among themselves to
determine the lowest evaluated Bid and, as a result of this comparison, the lowest
Bid will be selected for award of the Contract.
31. AWARD OF CONTRACT31.1 The AEDA will award the Contract to the successful Bidder whose Bid has been
determined to be technically qualified and has been determined as the lowest
evaluated Bid, provided further that the Bidder is determined to be qualified to
perform the Contract satisfactorily. The AEDA shall be the sole judge in this regard.
31.2 Further,the AEDA reserves the right to award separate Contracts to two or more
parties in line with the terms and conditions specified in the accompanying
Technical Specifications
.
32.0 RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
35
32.1 The AEDA reserves the right to accept or reject any Bid, and to annul the Bidding
process and reject all Bids at any time prior to award of contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the grounds for the AEDA’s action.
33.0 NOTIFICATION OF AWARD33.1 Prior to the expiration of the period of Bid validity and extended validity period, if any,
the AEDA will notify the successful Bidder in writing by registered letter or FAX or e-
mail to be confirmed in writing by registered letter/Speed Post, that his Bid has been
accepted.
33.2 The Notification of Award/Letter of Award will constitute the formation of the
Contract.
33.3 Upon the successful Bidder’s furnishing of Contract Performance Guarantee
pursuant to Clause 35.0, the AEDA will promptly notify each unsuccessful Bidder
and will release its Bid Documents, pursuant to Clause 18.0
34.0 SIGNING OF CONTRACT34.1 At the same time as the AEDA notifies the successful Bidder that its Bid has been
accepted, the AEDA will send the Bidder the detailed Letter of Award, incorporating
all agreements between the parties.
34.2 Within 15 days of receipt of the detailed Letter of Award, the successful Bidder shall
sign and date the same and return it to the AEDA.
34.3 The Bidder will prepare the Contract Agreement as per the proforma enclosed in
Annexure –IX to this Volume I and the same will be signed within 30 (thirty) days of
notification of Award.
35.0 CONTRACT PERFORMANCE GUARANTEE35.1 As a Contract Performance Security, the successful Bidder, to whom the work is
awarded, shall be required to furnish a Performance Guarantee ie Bid Security in
favour of the the AEDA as per clause 18. The guarantee amount shall be equal to
ten percent (10%) of the Contract Price and it shall guarantee the faithful
performance of the Contract in accordance with the terms and conditions specified
in these documents and specifications. The guarantee shall be valid upto 90 days
after the end of Warranty Period.
35.2 The Performance Guarantee shall cover additionally the following guarantees:
a. The successful Bidder guarantees the successful and satisfactory operation of the
equipment furnished and erected under the Contract, as per the specifications and
documents.
36
b. The successful Bidder further guarantees that the equipment provided and installed
by him shall be free from all defects in design, material and workmanship and shall
upon written notice from the AEDA fully remedy free of expenses such defects as
developed under the normal use of the said equipment within the period of
guarantee specified in the relevant clause of the General Terms and conditions of
Contract.
35.3 The Contract Performance Guarantee is intended to secure the performance of the
entire contract. However, it is not to be construed as limiting the damages under
clause entitled “Equipment Performance Guarantee” in Technical Specifications
Volume II and damages stipulated in other clauses in the Bidding Documents.
37
SECTION-4
GENERAL TERMS AND CONDITION OF
CONTRACT (GT&CC).
38
GENERAL TERMS & CONDITIONS OF CONTRACT (GT&CC)
1.0 DEFINATION OF TERMS1.1 ‘The Contract’ means the agreement entered into between the AEDA and
Contractor as per the Contract Agreement signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
1.2 ‘AEDA’ shall mean Assam Energy Development Agency and shall include their legal representatives, successors and assigns.
1.3 ‘Contractor’ or ‘Supplier’ shall mean the Bidder whose bid will be accepted by the AEDA for award of the Works and shall include such successful Bidder’s legal representatives, successors and permitted assigns.
1.4 The terms ‘Equipment’ ‘Systems’ , ‘Stores’ and ‘Materials’ shall mean and include equipment, stores and materials to be provided by the Contractor under the Contract.
1.5 ‘Works’ shall mean and include the supply of equipment, systems, labour and services, as per the Specifications and complete erection, testing and putting into satisfactory operation including all transportation, handling, unloading and storage at the Site as defined in the Contract and Comprehensive maintenance of the systems.
1.6 ‘Specifications’ shall mean the Specifications and Bidding Documents forming a part of the Contract and such other schedules and drawings as may be mutually agreed upon.
1.7 ‘Site’ shall mean and include the land and other places on, into or through which the works and the related facilities are to be erected or installed and commissioned.
1.8 The term ‘Contract Price’ shall mean total price quoted by the Contractor in his bid with additions and/or deletions as may be agreed and incorporated in the Letter of Award, for the entire scope of the works.
1.9 ‘Inspector’ shall mean the AEDA or any person nominated by the AEDA from time to time, to inspect the equipment; stores or Works under the Contract and/or the duly authorized representative of the AEDA.
1.10 ‘Notice of Award of Contract’/Letter of Award’/Telex of Award’ shall mean the official notice issued by the AEDA notifying the Contractor that his bid has been accepted.
39
1.11 ‘Date of Contract’ shall mean the date on which Notification of Award of Contract/Letter of Award/Telex of Award has been issued.‘Month’ shall mean the calendar month. ‘Day or ‘Days’, unless herein otherwise expressly defined, shall mean calendar day or days of 24 hours each. A ‘Week’ shall mean continuous period of seven (7) days.
1.12 ‘Writing’ shall include any manuscript, type written or printed statement, under or over signature and/or seal as the case may be..
1.13 ‘Test on Commissioning’ shall mean such tests as prescribed in the Contract to be performed by the Contractor before submission of Installation and Commissioning report to AEDA.
1.14 ‘Guarantee period’/’Maintenance Period’ shall mean the period during which the Contractor shall remain liable for repair or replacement of any defective part of the works performed under the contract.
1.15 Words imparting ‘Person’ shall include firms, companies, corporation and association or bodies of individuals, whether incorporated or not.
1.16 Terms and expressions not herein defined shall have the same meaning as are assigned to them in the Indian Sale of Goods Act (1930), failing that in the Indian Contract Act (1872) and failing that in the General Clauses Act (1897) including amendments thereof if any.
2.0 APPLICATIONThese Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract.
3.0 STANDARDSThe Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications and when no applicable standard is mentioned, to the authoritative standard appropriate to the Goods and such standards shall be the latest issued by the concerned institution.
4.0 LANGUAGE AND MEASURESAll documents pertaining to the Contract including specification, Schedules, notices, correspondence, operating and maintenance instructions, drawings or any other writing shall be written in English language. The Metric System of measurement shall be used exclusively in the Contract.
5.0 JURISDICTION OF CONTRACT5.1 The laws applicable to the Contract shall be the laws in force in India. The Courts
of Guwahati shall have exclusive jurisdiction in all matters arising under this Contract.
6.0 MANNER OF EXECUTION OF CONTRACT
40
6.1 The AEDA, after the issue of the Letter of Award to the Contractor, will send one copy of the final agreement to the Contractor for his scrutiny and approval.
6.2 The Agreement, unless otherwise agreed to, shall be signed within 15 days of the acceptance of the Letter of Award, at the office of the AEDA on a date and time to be mutually agreed. The Contractor shall provide for signing of the Contract, Performance Guarantee in three copies, appropriate power of attorney and other requisite materials. In case the Contract is to be signed beyond the stipulate time, the Bid Guarantee submitted with the proposal will have to be extended accordingly.
6.3 The Agreement will be signed in six originals and the Contractor shall be provided with one signed original and the rest will be retained by the AEDA.
.7.0 ENFORCEMENT OF TERMS7.1The failure of either party to enforce at any time any of the provisions of this
Contract or any rights in respect thereto or to exercise any option therein provided, shall in no way be construed to be a waiver of such provisions, rights or options or in anyway to affect the validity of the Contract. The exercise by either party of any of its rights herein shall not preclude or prejudice either party from exercising the same or any other right it may have under the Contract.
8.0 BID DOCUMENTS8.1 Bid documents shall comprise of all documents as per clause 4 of INB.
9.0 COST OF BID DOCUMENT (Non Refundable) The cost of the bid document is Rs 10,000.00 (Rupees Ten Thousand) only for each
group payable in favour of the Director, AEDA in the form of “A/C Payee” Demand
Draft on scheduled commercial banks payable at Guwahati, Assam. However, the
cost of Bid Document will be Rs 5,000.00 (Rupees five thousands) only for each
group in case of registered SSI units of Assam. Bidder downloading the tender copy
should furnish the DD in a separate envelope affixed on top of the tender document
superscribing “Tender Cost of Rs.10,000.00 vide DD No………… dtd………… of
………... Bank …. Branch. And Group ……”
10.0 SCOPE OF WORK10.1.Manufacturing, shop testing, packing , forwarding, Supplying, of Solar Photo Voltaic
Home Lighting Systems(SHLS) and Solar Photo Voltaic Street Lighting Systems
(SSLS) as per specification. including Comprehensive Maintenance Contract (CMC)
for 5 years on turnkey basis complete in all respect along with one set of tools and
tackle kits for each villages. The scope of work includes following works also.
41
10.2 Submission of implementation schedule from date of award of the contract.
10.3 Safe storage and handling of all materials supplied including transit insurance.
10.4 Installation, site fabrication, commissioning and testing of the systems .
10.5 Project management and site organization.
10.6 Supply of one set of tools and tackles kit in each village and one set of user’s
manual and instruction manual in English and Assamese for each beneficiary.
10.7 Organizing and arranging for training and demonstration for beneficiary as per
direction of AEDA.
10.8 Comprehensive Maintenance Contract (CMC) including repairing/ replacement of
system components/ parts etc for 5 years, including insurance of the systems
covering necessary risk with burglary clause.
10.9 All above scope of work of the contractor will include all items and facilities as may
be necessary to complete the work on turnkey basis and as a binding requirement.
11.0 SCOPE OF FIVE YEAR COMPREHENSIVE CONTRACT (CMC)11.1 The Comprehensive Maintenance Contract shall be comprehensive which shall
include servicing & replacement guarantee for parts and components (such as
battery, electronics, lamps etc) of solar home lighting system and Solar Street
Lighting System for five years. For PV models, the replacement guarantee is for ten
years. The maintenance service provided shall ensure proper functioning of the
SPV system as a whole. All preventive / routine maintenance and breakdown /
corrective maintenance required for ensuring maximum uptime shall have to be
provided. Accordingly, the Comprehensive Maintenance Contract (CMC) shall have
two distinct components as described below:
11.2 PREVENTIVE / ROUTINE MAINTENANCE: This shall be done by the company at least once in a every four/ six months and
shall Include activities such as cleaning and checking the health of the SPV system,
cleaning of module surface, topping up of batteries, tightening of all electrical
connections, changing of tilt angle of module mounting structure, cleaning &
greasing of battery terminals and any other activity that may be required for proper
functioning of the SPV system as a whole.
11.3 BREAKDOWN / CORRECTIVE MAINTENANCE: Whenever a complaint is lodged by the user, the bidder shall attend to the same
within a reasonable period of time and in any case the breakdown shall be corrected
within a period not exceeding ten days from the date of complaint. If more than 10 days are taken after registering of complaint, then supplier has to pay Rs. 20/-
42
for each system for each month till the problem is rectified. This money shall
be deposited to the account of Village Energy Committee.
11.4 For carrying out the CMC effectively, the Bidder supplier shall establish at least one
service center for every 500 Solar PV Systems, deployed within a specified
geographical area.
11.5 The bidder shall maintain following facilities at the local Service Centre for ensuring
highest level of services to the end user:
i) Adequate trained manpower specifically trained by the bidder for carrying out the
service activities.
ii) Adequate provisions for record keeping, which shall inter-alia, include the
following.
Details of system supplied within the command area of the service station
including full name and address of end user, system and sub-system serial
numbers and records of routine maintenance carried out (duly signed by the end
user). These records shall include voltage, current, specific gravity, indicator
charge, CFL full glow; charge controller operation, electronics etc.
History record sheets of maintenance done.
iii) Adequate spares for ensuring least down time of an individual system.
iv) The service center shall send summary service reports to State Nodal Agency on
half yearly basis. These reports shall include the following information.
Number of systems covered by the service station
Number of systems working satisfactorily on the reporting date
Number of complaint received during the period of reporting
Number of complaint attend during period of reporting
Major cause of failure, as observed.
Major replacement made during the reporting period. Separate report shall be
submitted for each type of systems manufacture wise in case the service center
caters to the requirement of more than one manufacture.
v) The bidder shall ensure adequate insurance of SPV systems against robbery,
theft, burglary and acts of God such as natural calamities, flood etc. for the
entire 5 year period
vi) The records maintained at the service center shall be available for scrutiny of
authorized representatives of the concerned State Nodal Agency or MNRE.
vii) The date of CMC maintenance period shall begin on the date of actual
commissioning of the SPV systems.
43
viii) Bidder shall furnished details of infrastructure that they have presently available
for establishing of repair shop.
ix) The supplier should pay Re.1(One) to the agent (appointed by Village Energy
Committee) per light/month for the services of topping up and general
maintenance during CMC. The agent will also carry out the laisoning activity
amongst supplier, VEC and beneficiary. The quality / level of service provided by
the bidder would form the basis for determining eligibility of the bidder to
participate in the subsequent programmes of AEDA. Service of the agent should
be specifically mentioned by the bidder. However, the Bidder will stand
responsible for overall upkeep of the system.
12.0 TECHNICAL SPECIFICATION The general technical specifications of the Remote Village Electrification are
enclosed at Section-5. The technical specifications of the Remote Village
Electrification offered by the bidder should conform to the specifications fixed by the
Ministry of New and Renewable Energy (MNRE) for the year 2006-07, 2007-08 or
as notified by the ministry acceptable for the current year. The Test Reports issued
by the SEC/ OATCs for the year 2005-06 or 2006-2007 and years onward for the
SHLS & SSLS (for RVE) of the bidder should correspond to the specifications for
2006-07 or 2007-2008 of MNRE. The bidder shall submit a “Compliance Certificate
for meeting Technical Specifications” along with the Technical & Commercial Part:
Part-II as per Proforma – III for qualification conditions. The bidder may submit the
technical specifications of their Remote village Electrification offered to be supplied.
12.1 TEST CERTIFICATEIt is mandatory for the bidders to have test certificate issued by the Solar Energy
Centre (SEC), Gwalpahari – Gurgaon, Haryana; or Electronics Regional Test
Laboratory (East) (ERTL) Bidhan Nagar, Kolkata; or Central Power Research
Institute (CPRI), Thiruvananthpuram; or Electronics Test & Development Centre,
Bangalore that SSHLS & SSLS conform to specification of MNRE, Govt of India for
the year 2006-07 or 2007-2008. Test Certificates issued for 2005-06, 2006-07 and
years onwards would be considered valid for placement of orders . The test reports
issued prior to 2005-2006 are not valid. Bid received without test certificate with
Technical & Commercial Part: Part –II will be rejected outright and no
correspondence will be entertained in this regard.
13.0 QUANTITY OF SUPPLY
44
Bidder shall submit their offer for groups as per Annexure I to IV for SHLS &SSLS
respectively.. In case any bidder offers for part of the group, his offer shall be liable
for rejection.
14.0 MINIMUM ELIGIBILITY AND QUALIFICATIONS CRITERIA As per clause 2 of INB
15.0 SUBMISSION OF BID The Bid should be submitted in three separate sealed envelopes as following
15.1 EARNEST MONEY (Part-I)
Earnest Money amount as stipulated in the Tender Notice shall be paid in the
form of A/C Payee Bank Demand Draft with a forwarding letter on letterhead
clearly mentioning the D.D No, date of the D.D, Name of the bank, and amount.
The envelope should be super scribed as “Earnest Money”
15.2 TECHNO- COMMERCIAL BID (Part-II)
Techno- Commercial Bid (Part-II) will include vendor’s scope of work,
responsibilities, guarantees, specification of the equipments, commercial terms and
conditions, Bidders credentials, past experience of similar assignments, registration
details, and earnest money particulars. Tender proforma for Techno- Commercial
Bid (Part-II) is enclosed as Proforma V. The envelope should be super scribed as
“TECHNO- COMMERCIAL BID” followed by title of the work and enquiry reference.
All particulars as per check list of INB be submitted with this part.
15.3 PRICE BID (Part-III)
Under this (Part-III) will include rate of supply, installation, commissioning, of
various items as per requirement and rate for Comprehensive Maintenance
Contract for five years for the proposed villages for as per list in the group. Tender
Proforma for Price Bid (Part-III) is enclosed as Proforma –VII. The envelope should
be super scribed as “PRICE BID”
All three envelopes containing Part-I, Part-II and Part-III should be submitted in
Duplicate (One original and one photo copy)in a single sealed envelope Super
scribing “ BID FOR RVEP UNDER MNRE” addressed to The Director, Assam
Energy Development Agency .
45
15.4 The AEDA will not be responsible for misplacement/delay in receipt of either request for issuance of Bidding Documents or Bidding Documents or Bids sent by post.
15.5 Also clauses 10, 22 &23 of INB will be applicable.
16.0 EARNEST MONEY DEPOSIT16.1 Bidder shall submit non-interest bearing Earnest Money Deposit (EMD) as
mentioned earlier under “Proposed Work Package” - for each group comprising
respective SHLS & SSLS in the form of Demand Draft from any Indian Nationalised
Bank, drawn in favour of “Director, AEDA” payable at Guwahati .In case of SSI
registered in Assam the earnest money amount will relieved upto 50% per group of
work.
16.2 Bidder shall submit additional EMD of appropriate amount for each group.
16.3 Earnest Money is to be submitted in a separate sealed envelope (PART-I) duly
superscripted with the Bid Enquiry reference, Bidder’s own names full address and
titled “Earnest Money”.
16.4. Bidders seeking concession from submission of Earnest Money, shall submit own
valid Registration Certificate in the envelope titled “Earnest Money” failing which the
Bid will be treated as if “submitted without exact amount Earnest Money”, and will
be rejected. Request for adjustment of earlier dues in place of Earnest Money
Deposit shall not be entertained. The SSI units registered in State of ASSAM must
furnish an attested photocopy of valid SSI unit certificate issued by Govt. of ASSAM
in this respect.
16.5 The Earnest Money shall be returned to all the unsuccessful Bidders, within sixty
days from the date of placement of LOI/Order on successful bidder.
16.6 In the event the Bid of any party is rejected during the course of Techno-
Commercial Scrutiny and Evaluation, the Earnest Money will be returned to such
Bidder.
16.7 Earnest Money shall be forfeited if –
a) Any Bidder withdraws his Bid or resigns from his offer during the validity period or
unable to complete the work/part work within the stipulated period.
b) The successful Bidder fails to furnish his Acceptance of the Order or fails to submit
the Security Deposit within specified time as per terms of the LOI/Order.
17.0 OPENING OF BIDS.17.1 The AEDA will open Bids in the presence of Bidders’ representatives (up to 2
persons) who choose to attend at the date and time for opening of Bids indicated in
the Invitation to Bid, or in case any extension has been given thereto, on the
extended Bid opening date and time notified to all the Bidders, who have purchased
46
the Bidding Documents. The Bidders’ representatives who are present shall sign a
register evidencing their attendance. Price Part of each lot of only those bidders,
whose offers are technically and commercially acceptable after evaluation of the
Technical and Commercial Part, will be opened and evaluated. The date & time for
opening of Part-III: Price Part will be uploaded in AEDA web-site. Bidders are requested to visit the web-site (www.assamrenewable.org) regularly and keep themselves informed. The Price Part will be opened at the office of Director, AEDA
as intimated, in the presence of eligible bidders or their authorized representative.
The authorised representative will be allowed to attend the opening on production of
authorization letter.
.
17.2 No electronic recording devices will be permitted during Bid opening.
18. PERIOD OF VALIDITY OF BID. As per clause 19 of INC.
19.0 CLARIFICATION OF BIDS19.1 To assist in the examination, evaluation and comparison of Bids, the AEDA may, at
its discretion, ask the Bidder for a clarification of its Bid. The request for clarification
and the response shall be in writing and no change in the price or substance of the
Bid shall be sought, offered or permitted.
20.0 EVALUATION OF BID AND AWARDING OF THE WORK:20.1 For evaluation of the Bid, Techno- Commercial Bid will be first opened. The Price
Bid of those Bidders only who qualify in the Techno-Commercial Bid and meet the
technical requirement will be opened.
20.2 Prior to the detailed evaluation, the AEDA will determine the substantial
responsiveness of each Bid to the Bidding Documents. For purpose of these
Clauses, a substantially responsive Bid is one which conforms to all the terms and
conditions of the Bidding Documents without material deviations. A material
deviation is one which limits in any substantial way the prices, quality, quantity or
delivery period of the equipment or which limits in any way the responsibilities or
liabilities of the Bidder of any right of the AEDA as required in these specifications
and documents. The AEDA’s determination of a Bid’s responsiveness shall be
based on the contents of the Bid itself without recourse to extrinsic evidence.
20.3 A Bid determined as not substantially responsive will be rejected and may not
subsequently be made responsive by the Bidder by correction of the non-
conformity.
.
21.0 COMPARISION OF BIDS
47
21.1 The Bids shall be evaluated on the basis of total value of the package for he entire
scope of work as defined in the Bidding Documents.
.21.2 Evaluated Bid prices of all the Bidders shall be compared among themselves to
determine the lowest evaluated Bid and, as a result of this comparison, the lowest
Bid will be selected for award of the Contract.
22. AWARD OF CONTRACT22.1 The AEDA will award the Contract to the successful Bidder whose Bid has been
determined to be technically qualified and has been determined as the lowest
evaluated Bid, provided further that the Bidder is determined to be qualified to
perform the Contract satisfactorily. The AEDA shall be the sole judge in this regard.
22.2 Further, the AEDA reserves the right to award separate Contracts to two or more
parties in line with the terms and conditions specified in the accompanying
Technical Specifications. Further, the Groups may be broken and awarded to
Successful Bidders area wise for convenience of smooth implementation of the
project.
22.3 Prior to the expiration of the period of Bid validity and extended validity period, if
any, the AEDA will notify the successful Bidder in writing by registered letter or by
cable or telex or FAX, to be confirmed in writing by registered letter, that his Bid has
been accepted.
22.4 The Notification of Award/Letter of Award will constitute the formation of the
Contract.
22.5 Upon the successful Bidder’s furnishing of Contract Performance Guarantee
pursuant to Clause 35.0,of INB the AEDA will promptly notify each unsuccessful
Bidder and will release its Bid Documents, pursuant to Clause 18.0
23.0 CONTRACT PRICE23.1 The total contract price for a quoted quantity (SHLS & SSLS) including SPV module,
lamp & luminaries, charge controller, control electronics, battery, mechanical
components, Comprehensive Maintenance contract charges etc. should be quoted
in Proforma -VII (Price Part).
23.2 For Supply of items in full & good condition at FOR Site / Stores site (door delivery
basis) to various consignees across State of ASSAM, including transportation cost
and transit insurance. Contract Price also includes all charges towards packing &
forwarding, inspection Insurance and freight including door delivery charges.
Contract Price is also inclusive of Excise Duty, Custom duty. Income Tax,
CST,Sales Tax / ASSAM VAT and Service Tax (wherever applicable) on the
finished items, Turn Over Tax (TOT) / Octroi, entry tax etc. as applicable for the
supplies.
48
23.3 Contract Price shall remain firm and binding and shall not be subject to any
variation, whatsoever, on any account except for statutory variation on taxes &
duties during contractual completion period as stipulated in Clause no 26 below and
/ or addition or modification of scope of work.
23.4 Various taxes, levies and duties will be included in the contract price
23.5 The Contract price includes and covers the cost of all royalty and fees for all articles
and processes, protected by letters, patent or otherwise incorporated in or used in
connection with the work, also all royalties, rents and other payments in connection
with obtaining all the materials for the work and the supplier shall indemnify and
keep indemnified the AEDA, which indemnity, the supplier hereby gives against all
actions, proceedings, claims, damages, costs and expenses arising from the
incorporation in or use of work of any such articles, processes or supplies.
23.6 During the period of the contract, AEDA may order addition/ deletion in quantities/
which supplier shall comply. The adjustment in Contract Price shall be made at the
same rate as per Price Schedule.
23.7 All applicable charges for taking statutory clearances, wherever necessary, is
included in the contract price. The price shall also be inclusive of necessary charges
towards supervision as applicable.
24.0 TERMS OF PAYMENT24.1 Subject to deduction clause and other clause incorporated in General Terms and
Condition of Contract, 70% of the contract price(Excluding CMC Part) shall be paid
on submission of request for payment after satisfactory supply, installation and
commissioning of the systems against progressive bill within 30 days on receipt of
Installation Completion Certificate from the Concerned Circle Officer/BDO or SDO
(C) or concerned D.C. and Utilization Report as per Proforma of AEDA with
following documents.
Commercial Invoice in triplicate
Copy of Receipt/ Delivery Challan/ Transportation Challan/ Lorry receipt.
Certificate of delivery of the system and delivery of user’s tools and tackles &
Operation & Maintenance Manual in terms of the Order, issued to village energy
committee / AEDA representative.
Certificate of installation testing and commissioning of the SDSL & SSLS in terms
of the Order, issued by village energy committee / Consignee’s and AEDA
representative
Proof of compliance Certificate from each beneficiaries of the village as per
Performa (to be provided at the time of placing order).
Declaration certificate from each beneficiary of the village as per Performa (to be
provided at the time of placing order).
49
Utilization report received from each beneficiary and village energy committee as
per Performa (to be provided at the time of placing order).
Utilization report from each beneficiary for SHLS and SSLS as per Performa (to
be provided at the time of placing order).
List of serial no. of solar module, its test parameters & other material supplied.
GPS co-ordinate (Longitude, Latitude & Altitude) and digital photograph of each
installation along with photograph of beneficiary indicating system Sl. No. clearly.
Total No of progressive bill will be limited to four with minimum 500 Nos of
installations for each bill.
Installation and Commissioning certificate with a photograph of the beneficiary
showing the system with a plate showing the Group No., Name of Village, and
System Identification No. signed by beneficiary and countersigned by Secretary,
Village Energy Committee and representative of the Company with seal as per
format to be provided by AEDA.
Digital photographs should be submitted in village wise folders after installation
and commissioning as desired by AEDA.
24.2 20% of the contract price(Excluding CMC part) out of balance 30% of the contract
value(Excluding CMC) for each village will be released(subject to release of fund
from MNRE , GOI) after satisfactory submission of request for payment and all the
documents as per clause 24.1 and on receipts of satisfactory 3 rd party verification
report and training & awareness programme completion report as per Proforma
XIV.
24.3 Remaining 10% of the contract price(Excluding CMC) will be released after 5 years
from date of commencement of CMC subject to fund received from MNRE, GOI and
satisfactory performance of CMC. against bill, challan etc.as per clause 24.1
24.4 The payment for 5 years CMC part will be paid in 5 annual installments as below
against receipt of satisfactory performance report of the system from the VEC duly
certified/ countersigned by the concerned circle officer/BDO. (Civil) of the respective
District/ Subdivision. Subject to submission of bill, System maintenance Log Book
but subject to receipt of fund from MNRE, GOI.
1st Year : 10 % of Total Amount of C.M.C
2nd Year : !5 % of Total Amount of C.M.C
3rd Year : 20 % of Total Amount of C.M.C
4th Year : 25 % of Total Amount of C.M.C
5th Year : 30 % of Total Amount of C.M.C
50
24.5 All payments shall be released by AEDA through account payee cheque issued in
favour of the Bidder/contractor and payable in Indian Rupee at any Indian
Nationalised/Scheduled Bank,
25.0 TAXES,DUTIES, PERMITS & LICENCES25.1 The Bidder/ contractor shall be liable and pay all non-Indian taxes, duties, levies
lawfully assessed against the AEDA or the Contractor in pursuance of the Contract. In addition, the Contractor shall be responsible for payment of all Indian duties, levies and taxes lawfully assessed against the Contractor for his personal income & property only. This clause shall be read in conjunction with clause 14.0 of Section INB.
25.2 Income Tax.
Income Tax which AEDA may be required to deduct by law/statute, shall be
deducted at source and shall be paid to the Income Tax authorities on account of
the Supplier. AEDA shall provide the Supplier a certificate for such deduction of tax.
26.0 VARIATION IN TAXES AND DUTIES26.1 The adjustment in the Contract Price towards imposition of new taxes or abrogation
of existing taxes during the contract period shall not be applicable and AEDA will not
be responsible for any or be in any obligation for payment against such variation of
taxes.
26.2 The Supplier shall bear and pay all liabilities in respect of statutory variations in
taxes and duties and imposition of new taxes and duties in respect of supply and
installation and execution of the contract work.
27.0 TRANSIT INSURANCE Transit Insurance shall be arranged by the supplier for his total supplies. In case of
any damage / loss / pilferage / non-delivery during transit, the supplier shall lodge
the claim and settle the claim with the insurance agency. The supplier shall also
arrange replacement of the damaged, lost/pilfered items expeditiously pending
settlement of commercial implications with insurance agency, if any, so as not to
hamper the erection and commissioning work of the entire plant. The resultant loss
if any due to failure of supplier / sub- supplier to comply with the above shall be to
the account of supplier.
51
28.0 DESPATCH INSTRUCTIONS
28.1 All the items /Equipments shall be subjected to inspection by AEDA or Authorised
representative as per relative Standards/ provision approved by AEDA before
dispatch of items.
28.2 The equipment shall be dispatched as per the detailed “Dispatch Instructions” which
will be required to be followed strictly at the time of dispatch. However, equipment
shall be dispatched only after receipt of “Dispatch Clearance” from AEDA after
inspection and acceptance of the equipment by AEDA. No consignment shall be
dispatched without receipt of dispatch clearance from AEDA.
28.3 The Contractor, wherever applicable, shall after proper painting, pack and crate all equipment in such a manner as to protect them from deterioration and damage during rail and road transportation to the site and storage at the site till the time of erection. The Contractor shall be responsible for all damages due to improper package.
28.4 The Contractor shall notify the AEDA of the date of each shipment from his works, and the expected date of arrival at the site for the information of the AEDA.
28.5 The Contractor shall also give all shipping information concerning the weight, size and content of each packing including any other information the AEDA may require.
28.6 The following documents shall be sent by registered post to the AEDA within three days from the date of shipment, to the AEDA
Invoice (6 copies) Packing list (6 copies) Pre-despatch clearance certificate, (3 copies) Test Certificate, wherever applicable (3 copies) Insurance Certificate (3 copies)
29.0 COMPLETION OF CONTRACT29.1 Unless otherwise terminated under the provisions of any other relevant clause,
this Contract shall be deemed to have been completed on the expiry of the stipulated period of 120 days from date of awarding of the work. as provided for under the clause entitled in 22,23,24
30.0 GUARANTEE & LIABILITIES
52
30.1 The time and the date of completion of the Contract as stipulated in the Contract by the AEDA without or with modifications, if any, and so incorporated in the Letter of Award, shall be deemed to be the essence of the Contract. The Contractor shall so organize his resources and perform his Work as to complete it not later than the date agreed to.
30.2 The Contractor shall submit a detailed PERT Network/Bar Chart within the time frame agreed consisting of adequate number of activities covering various key phases of the Work such as design, procurement, manufacturing, shipment and field erection activities within fifteen (15) days of the date of Notice of Award of Contract. This Network shall also indicate the interface facilities to be provided by the AEDA and the dates by which such facilities are needed. The Contractor shall discuss the Network so submitted with the AEDA and the agreed Network shall form part of the contract documents. As provided in the clause of terms of payment in this section, finalization of the Network/Bar Charts will be pre conditions to release of any payment to the Contractor. During the performance of the Contract, if in the opinion of the AEDA proper progress is not maintained, suitable changes shall be made in the Contractor’s operations to ensure proper progress without any cost implication to the AEDA. The interface facilities to be provided by the AEDA in accordance with the agreed Network shall also be reviewed while reviewing the progress of the Contractor.
.
31.0 EFFECTIVENESS OF CONTRACTThe Contract shall be considered as having come into force from the date of the Notification of Award, unless otherwise provided in the Notification of Award.
32.0 LIQUIDATED DAMAGES32.1 If the contractor fails to perform the work within the specified period given in the
letter of award or any extension granted thereof, with respect to successful completion of supply, installation , commissioning of systems, the contractor shall pay to AEDA as Liquidated Damages and not as penalty, a sum of half % (0.5%) of the contract price for each calendar week of delay or part. However the amount of Liquidated Damages for the contract shall be limited to a maximum of 5% of the total contract Price.
32.2. Liquidated damages for not meeting performance guarantee during the performance and guarantee test shall be access and recovered from the Contractor as detailed in technical specifications/ Special Conditions of Contract. Such liquidated damages shall be without any limitation whatsoever and shall be
53
in addition to damages, if any, payable under any other clause in Conditions of Contract.
33.0 GUARANTEE33.1 The Contractor shall warrant that the equipment will be new, unused and in
accordance with the contract documents and free from defects in material and workmanship for a period of five (5) calendar years (ten years for PV modules) commencing immediately upon the satisfactory commissioning. The Contractor’s liability shall be to replace any defective parts in the systems under normal use and arising solely from faulty design, materials and/or workmanship provided always that such defective parts are repairable at the site.
.34.0 LIMITATION OF LIABILITIES34.1 The final payment by the AEDA in pursuance of the Contract shall mean the
release of the Contractor from all his liabilities under the Contract. Such final payment shall be made only at the end of the Guarantee/Warranty Period, and till such time as the contractual liabilities and responsibilities of the Contractor, shall prevail. All other payments made under the Contract shall be treated as on-account payments.
.35.0 CHANGE OF QUANTITY35.1 During the execution of the Contract, the AEDA reserves the right to increase or
decrease the quantities of items under the Contract but without any change in unit price or other terms & conditions. Such variations unless otherwise specified in the accompanying Conditions ofContract and/or Technical Specification, shall not be subjected to any limitation for the individual items but the total variations in all such items under the Contract shall be limited to a percentage of the Contract price as specified in the Conditions of Contract.
36.0 PROGRESS REPORTS AND PHOTOGRAPHS36.1 During the various stages of the Work in the pursuance of the Contract, the
Contractor shall at his own cost submit periodic progress reports as may be reasonably required by AEDA with such materials as, charts, networks, photographs, installation & commissioning certificates, etc. Such progress reports shall be in the form and size as may be required by the AEDA and shall be submitted in at least three (3) copies.
54
37.0 CONTRACT PERFORMANCE GUARANTEE/SECURITY37.1 The Contractor shall furnish contract performance guarantee (s) for the proper
fulfillment of the Contract in the prescribed form within fifteen (15) days of “Notice of Award of Contract.” The performance guarantee (s) shall be as per “clause 35” prescribed in section INB,
38.0 INSURANCE38.1 The Contractor at his cost shall arrange, secure and maintain all insurance as
may be pertinent to the Works and obligatory in terms of law to protect his interest and interests of the AEDA against all perils for the period covering CMC. The form and the limit of such insurance as defined herein together with the under-writer in each case shall be acceptable to the AEDA. However, irrespective of such acceptance, the responsibility to maintain adequate insurance coverage at all times during the period of Contract shall be of the Contractor alone. The Contractor’s failure in this regard shall not relieve him of any of his contractual responsibilities and obligations. The insurance covers to be taken by the Contractor shall be in a joint name of the AEDA and the Contractor. The Contractor shall, however, be authorized to deal directly with Insurance Company or Companies and shall be responsible in regard to maintenance of all insurance covers. Further the insurance should be in freely convertible currency.
38.2 Any loss or damage to the equipment during handling, transportation, storage, erection, putting into satisfactory operation and all activities to be performed till the successful completion of commissioning of the equipment shall be to the account of the Contractor. The Contractor shall be responsible for preference of all claims and make good the damages or loss by way of repairs and/or replacement of the equipment, damaged or lost. The transfer of title shall not in any way relieve the Contractor of the above responsibilities during the period of Contract. The Contractor shall provide the AEDA with copy of all insurance policies and documents taken out by him in pursuance of the Contract. Such copies of documents shall be submitted to the AEDA immediately after such insurance coverage. The Contractor shall also inform the AEDA in writing at least sixty (60) Days in advance regarding the expiry/cancellation and/or change in any of such documents and ensure revalidation, renewal etc., as may be necessary well in time.
38.3 The perils required to be covered under the insurance shall include, but not be limited to fire and allied risks, miscellaneous accidents (erection risks) workman compensation risks, loss or damage in transit, theft, pilferage riot and strikes and malicious damages, civil commotion, weather conditions, accidents of all kinds,
55
etc. The scope of such insurance shall be adequate to cover the replacement/reinstatement cost of the equipment for all risks upto and including delivery of goods and other costs till the equipment is delivered at Site. The insurance policies to be taken should be on replacement value basis and/or incorporating escalation clause. Notwithstanding the extent of insurance cover and the amount of claim, available from the underwriters, the Contractor shall be liable to make good the full replacement/rectification value of all equipment/materials and to ensure their availability as per project requirements.
38.4 All costs on account of insurance liabilities covered under the Contract will be to Contractor’s account and will be included in Contract Price,
39.0 INSPECTION OF THE FACTORY AND TESTS39.1 AEDA reserves the right to inspect the manufacturer’s works/factory to ascertain the
capability/availability of necessary equipment & infrastructure required for
manufacture of the item offered before opening of the price offers of the bidders.
39.2 AEDA shall have the right to inspect and test the goods to confirm their conformity
to the technical specifications after delivery of goods to consignee. In case of
nonconformity as per T.S or failure in performance, AEDA may ask for
replacements of such supplies or deduct the payment for such supplies.
39.3 Manufactures shall inform AEDA at least 10 days in advance of schedule dispatch.
40.0 DEMURRAGE, WHARFAGE, ETC.40.1 All demurrage, wharfage and other expenses incurred due to delayed clearance
of the material or any other reason shall be to the account of the Contractor.
41.0 FORCE MAJEURE41.1 Force majeure is herein defined as any cause which is beyond the control of the
Contractor or the AEDA as the case may be, which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affects the performance of the Contract, such as:
a. Natural phenomena, including but not limited to floods, droughts, earthquakes and epidemics;
b. Acts of any Government, homeor foreign, including but no limited to war, declared or undeclared, priorities, quarantines,embargoes. Provided either party shall within fifteen (15) days from the occurrence of such a cause notify the other in writing of such causes.
41.2 The Contractor or the AEDA shall not be liable for delays in performing his obligations resulting from any force-majeure cause as referred to and/or defined above. The date of completion will, subject to hereinafter provided, be extended
56
by a reasonable time even though such cause may occur after Contractor’s performance of obligation has been delayed due to other causes.
42.0 SUSPENSION OF WORK42.1 The AEDA reserves the right to suspend and reinstate execution of the whole or
any part of the Works without invalidating the provisions of the Contract. Orders for Suspension or reinstatement of the Works will be issued by AEDA to the Contractor in writing. The time for completion of the works will be extended for a period equal duration of the suspension.
42.2 Any necessary and demonstrable cost incurred by the Contractor as a result of such suspension of the Works will be paid by the AEDA, provided such costs are substantiated to the satisfaction of the AEDA. The AEDA shall not be responsible for any liabilities, if suspension or delay is due to some default on the part of the Contractor or his Sub-Contractor.
43.0 TERMINATION OF CONTRACT 43.1 The AEDA reserves the right to terminate the Contract either in part or in full due
to the following reasons .The AEDA shall in such an event give fifteen (15) days notice in writing to the Contractor of his decision to do so.
43.2 If the Contractor shall neglect to execute the Works with due diligence and expertise or shall refuse or neglect to comply with any reasonable order given to him, in the Contract by AEDA in connection with the works or shall contravene the provisions of the Contract, the AEDA may give notice in writing to the Contractor to make good the failure, neglect or contravention complained of. Should the Contractor fail to comply with the notice within thirty (30) days from the date of serving the notice, then and in such case the AEDA shall be at liberty to terminate the Contract.
43.3 If the goods supplied does not conform to the required Specification as per clause 11
43.4 If Test Certificate as per clause 12 is not furnished.43.5 If the inspection report as per clause 31 is not satisfactory.
44.0 ARBITRATIONAll disputes would be settled within Guwahati Jurisdiction of Court of Law only. All
arbitration cases would only be settled under Arbitration and Conciliation Act 1996
but at Guwahati only.
45.0 ASSIGNMENT The supplier shall not assign, in whole or part, its obligations to perform under the
order/contract, without written permission of the AEDA.
57
SECTION-5
TECHNICAL SPECIFICATION (T.S.)
58
TECHNICAL SPECIFICATION
1.0 DEFINITION1.1 SOLAR HOMELIGHTING SYSTEM:
A Solar HomeLighting System aims at providing solar electricity for operating lights
and/or fan or energizing a DC operated portable TV sets for specified hours of
operation per day.
1.2 SOLAR STREET LIGHTING SYSTEM: A stand alone solar photovoltaic street lighting system comprises a compact
fluorescent lamp, lead acid battery, and PV module control electronics,
interconnecting wires/cables, modules mounting hardware, battery box, instruction
and maintenance manual
2.0 GENERAL SPECIFICATION The Solar Photovoltaic Homelighting system and Solar Photovoltaic Street Lighting
system shall have vented battery box, operated within a temperature range 0°C to
50°C, built in surge and lightning protection, environment friendly, adjustable array
mount, designed for high wind load. The following physical characteristics shall be
considered for designing the system:
Function at temperature ranging from 0 to 50°C
Unaffected by humidity <= 90%
Resist wind gusts up to 150 km/h
Component realized to resist against the worst climatic condition.
3.0 PART A: SOLAR HOMELIGHTING SYSTEM
3.1 MODEL AND COMPONENTS (As per MNRE guidelines)
MODEL: Model – 2 (Two light systems)
COMPONENTS:
59
S.L No Components Specification
1 PV Module 1x37 Wp under STC, crystalline silicon solar cell
operating above 16.4 V, with open circuit voltage of
21.0V.
2 Lamps 2x CFLs of 9 W each.
3 Battery 1x12 V, 40 Ah tubular plate, low maintenance type
lead acid battery.
4 Other
components
Control Electronics, Inverter, module mounting
hardware, battery box, inner connecting wire,
conductor, cable, switches, instruction & maintenance
manual.
3.3 DUTY CYCLE:
MODEL AVERAGE HOURS OF OPERATION PER DAY
Model-2 2 light , 3-4 hours.
3.4 LAMPS The lamps shall be compact fluorescent (CFL) type, 4 – Pin, 9 Watt rating with a
suitable pre- heating circuit .
The light output from the lamps should be around 600 (+/- 5%) lumens (for 9W
CFL). No blackening should be observed after 1000 ON / OFF cycles.
The lamps should be housed in an assembly suitable for indoor use, with a
reflector on its back. While fixing the assembly, the lamp should be held in a base
up configuration.
Maximum DC current consumption for a 9W CFL at 12V should not exceed 0.8
Amp.
The lamps should conform to relevant BIS standards.
3.5 BATTERY: The battery will be of flooded electrolyte type, positive tubular plate, low
maintenance lead acid rechargeable battery, conforming to relevant BIS
standards. The energy generated is stored in the battery and is available to power
the solar home lighting system for a duty cycle.
The battery will have a minimum rating of 12V, 40Ah (at C/10) discharge rate at
20°C. 75% of the rated capacity of the battery should be between fully charged
and load cut off conditions.
60
The battery shall have following features
Wide operating temperature range ( 0 deg.C to 50 deg C)
Protection against reverse connection of battery/panel, overcharge &
deep discharge
Safety vent to prevent gas build up
Life up to minimum 300 full cycles at 100% discharge capacity
Very low self discharge rates
Operate at any orientation
The Battery should have approval of ETDC/ERTL/ Railway/Telecom/DRDO/
CECRI.
The battery should be housed in a weather proof, acid proof, well ventilated
casing preferably of PVC or similar material.
3.6 ELECTRONICS: The inverter should be of quasi sine wave/sine wave type with frequency in the
rage of 20- 35 KHz to drive 4-pin 9W CFL with preheat technique to avoid the
blackening of ends. Half – wave operation is not acceptable.
The total electronics efficiency should be at least 80%.
No blackening or reduction in the lumen output by more than 10% should be
observed after 1000 ON/OFF cycles (two minutes ON followed by four minutes
OFF is one cycle).
The idle current consumption should not be more than 10mA.
Electronics should operate at 12 V and should have temperature compensation
for proper charging of the battery throughout the year.
Necessary lengths of wires/cables, switches suitable for DC use and fuses should
be provided.
Entire Electronics shall be housed on a single PCB with connectors for easy
replacement without any need of desoldering.
Only copper wires of appropriate gauge & dimensions as per BIS standards
should be used.
3.7 PV MODULE(S) The PV module (s) shall contain crystalline silicon solar cells and shall be
protected from hail storm, worst climatic condition.
The power output of the module(s) under STC should be a minimum of 37W.
The operating voltage corresponding to the power output mentioned above should
be 16.4 V.
The open circuit voltage of the PV modules under STC should be at least 21.0
volts.
61
The terminal box on the module should have a provision for opening for replacing
the cables, if required. Plug in type connection shall be provided in the PV
terminal box as well as in the charge controller.
Weatherproof enclosure shall be provided.
A strip containing the following details should be laminated inside the module (on
the right hand top corner) so as to be clearly visible from the front side.
Name of the Manufacturer or distinctive logo.
Model or Type No.
Serial No.
Year of make
A strip containing Monogram of AEDA along with the following details translated
into Assamese language should be laminated on the left hand top corner of each
PV module.
Remote Village Electrification Programme Phase II
Not for sale or transfer
Statutory action would be taken by AEDA, if it is found sold or transferred.
Back of the module should clearly be marked with AEDA Logo printing RVEP-Phase II under MNRE, GOI with undeletable ink.
3.8 ELECTRONIC PROTECTION Adequate protection is to be incorporated under no load conditions, e.g., when the
lamp is removed and the system is switched ON.
The system should have protection against battery overcharge and deep
discharge conditions.
Fuses should be provided to protect against short circuit conditions.
A blocking diode preferably a Schottky type, should be provided as part of the
electronics to prevent reverse flow of current through the PV module(s). In case
such diode is not provided with the PV module (s), full protection against open
circuit, accidental short circuit, reverse polarity and lightning should be provided.
3.9 MECHANICAL COMPONENTS Metallic frame structure (with corrosion resistance paint) to be fixed on the roof of
the house to hold the SPV module(s). The frame structure should have provision
to adjust its angle of inclination to the Horizontal between 0o and 55o, so that it can
be installed at the specified tilt angle. However, in case of thatched roof, the
module should be pole mounted. The length of the pole should be minimum 3 m
above the ground level after grouting & final installation and the diameter of the
pole should be 5 cm. The pole should be medium duty GI pipe directly fixed into
the ground.
62
A vented acid proof and corrosion resistance (Galvanised) metallic box for
housing the storage battery indoors should be provided.
3.10 OTHER FEATURES The system should be provided with 2 LED indicators: a green light to indicate
charging in progress and a red LED to indicate deep discharge condition of the
battery. The green LED should glow only when the battery is actually being
charged.
There will be a Name Plate on the system which will give:
Name of the Manufacturer or distinctive logo.
Model or Type No.
AEDA Logo and “RVEP-Phase II under MNRE, GOI” should be printed on each component like control unit, battery and each luminare
Components and parts used in solar home system should confirm to the latest BIS
specifications, wherever such specifications are available and applicable.
The PV module or system will be warranted as per the clause given in Volume-I of
the NIT documents. The manufacturer can also provide additional information
about the system and condition of warranty as necessary. The warranty card shall
be supplied as per Proforma -VIII.
3.11 An operation, Instruction Maintenance Manual in English and the local language
should be provided with the solar home lighting system. The following minimum
details must be provided in the manual:
(a) About Photovoltaic
(b) About solar home system – its components and expected performance.
(c) About PV Module.
(d) About CFL
(e) Clear instructions about mounting of PV module(s)
(f) About electronics
(g) About electronics
(h) About charging and significance of indicators.
(i) Dos and Don’ts
(j) Clear instructions on regular maintenance and trouble shooting of solar home
system
(k) Name and address of the person or service center to be contacted in case of
failure or complaint.
3.12 INSTALLATION INSTRUCTIONS
63
The SPV module should be fixed on a rigid pole in case it is not possible for fixing
on to the roof of the house. The pole should be of minimum 5 cm dia. GI pipe of
medium gauge and 3 m above the ground level.
Adequate space should be provided behind the PV module / array for allowing
unobstructed air flow for passive cooling.
Cables of appropriate size should be utilized to keep electrical losses to a bare
minimum (e.g. Length of the wire from module to charge controller and charge
controller to load should be as minimum as possible)
The battery should be located in a dry area with proper ventilation. Care should be
taken to ensure that the battery is placed with appropriate leveling on a
structurally sound surface.
The control electronics should not be installed directly above the battery. All wiring
should be in proper conduit or capping casing. Wire should not be hanging loose.
4.0 PART B: SOLAR STREET LIGHTING SYSTEM:
4.1 TECHNICAL SPECIFICATION4.2 DUTY CYCLE
The system shall be designed to automatically switch ON at dusk, operate throughout
the night and automatically switch OFF at the dawn, under average daily insolation of
5kWh/sq.mt. on a horizontal surface.
4.3 LAMPS The lamps shall be compact fluorescent (CFL) type, 4 – Pin 11 W with a suitable
pre-heating circuit to avoid the blackening of ends.
The light output from the lamp should be around 900+5% lumens. No blackening
or reduction in the lumen output by more than 10% after 1000 ON/OFF cycles.
The lamps should be housed in a weather proof assembly suitable for outdoor
use, with a reflector on its back. While fixing the assembly, the lamp should be
held in a base up configuration.
Maximum DC current consumption for a 11W CFL at 12 V, should not exceed 1
Amp.
The lamp shall have following features.
High efficiency and long operating life (Minimum 8000hrs)
Reverse polarity protection
Resistance to flickering effect and radio/TV interference
Automatic frequency control
The lamps should conform to relevant BIS standards.
4.4 BATTERY
64
Flooded electrolyte type, positive tubular plate, low maintenance lead acid
rechargeable battery, conforming to relevant BIS standards. The energy
generated is stored in the battery and is available to power the solar street lighting
system for a predetermined duty cycle. The battery shall have weather proof,acid
proof well ventilated enclosure.
The battery shall have a minimum rating of 12V, 75 Ah (at C/10) discharge rate at
20 deg. C.
75% of the rated capacity of the battery should be between fully charged and load
cut off conditions.
The battery shall have following features
Wide operating temperature range ( 0 deg.C to 50 deg C)
Protection against reverse connection of battery/panel, overcharge & deep
discharge
Safety vent to prevent gas build up
Life up to minimum 300 full cycles at 100% discharge capacity
Very low self discharge rates
Operate at any orientation
The Battery should have approval of ETDC/ERTL/ Railway/Telecom/DRDO/
CECRI.
The battery should be housed in a weather proof, acid proof, well ventilated
casing with locking arrangement
4.5 ELECTRONICS The inverter should be of quasi-sine wave/sine wave type with frequency in the
range of 20-35 KHz to drive 4-pin 11 W CFL with preheat technique to avoid the
blackening of ends. Half-wave operation is not acceptable.
The total electronics efficiency should be at least 80%.
No blackening or reduction in the lumen output by more than 10% should be
observed after 1000 ON/OFF cycles (two minutes ON followed by four minutes
OFF is one cycle).
The idle current consumption should not be more than 10mA.
Electronics should operate at 12 V and should have temperature compensation
for proper charging of the battery throughout the year.
Necessary lengths of wires/cables, switches suitable for DC use and fuses should
be provided.
Entire Electronics shall be housed on a single PCB with connectors for easy
replacement without any need of desoldering.
The PV module shall be used as an auto switcher to sense the ambient light level
for switching ON and OFF the lamp.
65
Twilight set control: Adjustable with screw to precisely set the twilight level at
which to switch ON and OFF the load.
4.6 PV MODULE(S) (i) The PV module(s) shall contain crystalline silicon solar cells and shall be
protected from hail storm, worst climatic condition.
(ii) Power output of the module(s) under STC should be a minimum of 74W. Either
two modules of minimum 37W output each or one module of 74W output should
be used.
(iii) The operating voltage corresponding to the power output mentioned above
should be 16.4 V.
(iv) The open circuit voltage of the PV modules under STC should be at least 21.0
volts.
(v) The terminal box on the module should have a provision for opening for
replacing the cables, if required.
(vi) Weatherproof enclosure shall be provided.
(vii) A strip containing the following details should be laminated inside the module
(on the right hand top corner) so as to be clearly visible from the front side.
(I) Name of the Manufacturer or distinctive logo.
(II) Model or Type No.
(III) Serial No.
(IV) Year of make
(viii) Models of reputed make shall be offered.
(ix) A strip containing Monogram of AEDA along with the following details translated
into Assamese language should be laminated on the left hand top corner
of each PV module.
Remote Village Electrification Programme Phase II of MNRE, GOI
Not for sale or transfer
Statutory action would be taken by AEDA, if it is found sold or transferred.
(x) Back of the module should clearly be marked with AEDA Logo printing RVEP- Phase II under MNRE, GOI with undeletable ink.
4.7 ELECTRONIC PROTECTION Adequate protection is to be incorporated under no load conditions, e.g., when the
lamp is removed and the system is switched ON.
The system should have protection against battery overcharge and deep
discharge conditions.
Fuses should be provided to protect against short circuit conditions.
A blocking diode preferably a Schottky type, should be provided as part of the
electronics to prevent reverse flow of current through the PV module(s). In case
66
such diode is not provided with the PV module (s), full protection against open
circuit, accidental short circuit, reverse polarity and lightning should be provided.
4.8 MECHANICAL COMPONENTS Metallic frame structure (with corrosion resistance paint) to be fixed on Standard
poles for Soalr Street Lights. The frame structure should have provision to adjust
its angle of inclination to the Horizontal between 0o and 55o, so that it can be
installed at the specified tilt angle. Adequate grouting with footing for the pole is to
be provided. Drawing of the structure complete to be provided
A vented acid proof and corrosion resistant battery box for housing the storage
battery indoors should be provided having theft proof arrangement.
4.9 OTHER FEATURES The system should be provided with 2 LED indicators: a green light to indicate
charging in progress and a red LED to indicate deep discharge condition of the
battery. The green LED should glow only when the battery is actually being
charged.
There will be a Name Plate on the system which will give:
Name of the Manufacturer or distinctive logo.
Model or Type No.
AEDA Logo and “RVEP-Phase II under MNRE, GOI” should be printed on the Battery Box
Components and parts used in solar home system should confirm to the latest BIS
specifications, wherever such specifications are available and applicable.
The PV module or system will be warranted as per the clause given in Volume-I of
the NIT documents. The manufacturer can also provide additional information
about the system and condition of warranty as necessary. The warranty card shall
be supplied as per Proforma -VIII.
4.10 An operation, Instruction Maintenance Manual in English and the local language
should be provided with the solar home lighting system. The following minimum
details must be provided in the manual:
(a) About Photovoltaic
(b) About Street Light – its components and expected performance.
(c) About PV Module.
(d) About CFL
(e) Clear instructions about mounting of PV module(s)
(f) About electronics
(g) About electronics
(h) About charging and significance of indicators.
(i) Dos and Don’ts
67
(j) Clear instructions on regular maintenance and trouble shooting of solar home
system
(k) Name and address of the person or service center to be contacted in case of
failure or complaint.
4.11 INSTALLATION INSTRUCTIONS The SPV module should be fixed on standard pole for solar street lights
Adequate space should be provided behind the PV module / array for allowing
unobstructed air flow for passive cooling.
Cables of appropriate size should be utilized to keep electrical losses to a bare
minimum (e.g. Length of the wire from module to charge controller and charge
controller to load should be as minimum as possible)
The battery should be located in a dry area with proper ventilation. Care should be
taken to ensure that the battery is placed with appropriate leveling on a
structurally sound surface.
The control electronics should not be installed directly above the battery. All wiring
should be in proper conduit or capping casing. Wire should not be hanging loose.
5.0 OTHER GENERAL POINTS5.1 Any minor equipment and material which may not be specifically mentioned in this
specification but are required to make the system complete in every respect in
accordance with technical specification and guaranteed performance of the
equipment shall be deemed to have been covered under the scope of this
specification and shall be provided by the Bidder/supplier within the quoted price.
5.2 The Bidder shall satisfy the purchaser that he possesses the necessary technical
experience and has at his disposal suitable facilities and staff to ensure that the
contract shall be executed with the best quality material and workmanship within the
stipulated time. Necessary particulars in this regard shall be furnished with the
Tender.
5.3 The equipment supplied shall be new and best of their kind and of latest technology
on the date. All materials and equipment shall comply with the latest MNRE
Standard.
5.4 The equipment shall be designed to have maximum reliability and ease of operation
and maintenance as primary consideration. The equipment offered shall be of a
family having basic design as per which other equipment have already been
supplied and which have operated efficiently and reliably elsewhere at least three
years under similar climatic and operating condition. Operation feed back for such
plants already supplied shall be attached with the offer.
68
5.5 All the equipment supplied shall be guaranteed for quality workmanship and
compliance with the specified requirements for integrated performance to deliver
rated output.
69
SECTION-6PROFORMA
70
ASSAM ENERGY DEVELOPMENT AGENCY Bigyan Bhawan, Near IDBI Building, G.S. Raod,
GUWAHATI-781005 Phone: 0361-2464619, 2464621, Fax: 0361-2464617
e-mail: aeda@india.comNIT No. AEDA/244/2008/22
Techno- Commercial Part : Part – II / Price Part : Part – III(In Sealed Cover part –II & Part –III )
Proforma I
Format for Forwarding Letter
(To be submitted by bidders on official letter-head of the company)
No…………………..
To,
The Director
Assam, Energy Development Agency
Bigyan Bhawan, Near IDBI Bank
ABC, G.S. Road,
Guwahati -781005
Sub.: Offer in response to Notice Inviting Tender No…………………… for manufacture,
supply, Installation, commissioning and Comprehensive maintenance of SHLS and
SSLS.
Sir,
We are hereby submitting our offer in compliance with the terms and conditions
of the Notice Inviting Bid No. ……………………... As specified, the offer has been
submitted in two different envelops duly marked and sealed. The offer is submitted in
triplicate. We also further declare:
That we are submitting this offer under the above mentioned notice after having
fully read and understood the nature of the work and having carefully noted all the
specifications, terms & conditions laid down in the bid documents.
That we have never been debarred from executing similar type of work by any
Central / State / Public Sector Undertakings / Departments.
That we shall execute the offer/work as per specifications, terms & conditions of
the Bid Documents and in exact configuration of the sample submitted on award
of work.
That our offer shall remain valid for placement of purchase orders up to
71
Yours faithfully,
Dated ……………………..
(Authorized Signatory)
Name
Designation
Company Seal
ASSAM ENERGY DEVELOPMENT AGENCY Bigyan Bhawan, Near IDBI Building, G.S. Raod,
GUWAHATI-781005 Phone; 0361-2464619, 2464621, Fax: 0361-2464617
e-mail: aeda@india.com NIT No.AEDA/244/2008/22
Techno- Commercial Part – II(In sealed cover Part – II)
Proforma IIFormat for confirmation of Minimum Eligibility Condition
(To be submitted by bidders on official letter-head of the company)
No…………………..
To,
The Director
Assam Energy Development Agency
Bigyan Bhawan, Near IDBI Bank
ABC, G.S. Road,
72
Guwahati -781005
Subject: Confirmation of meeting the Minimum Eligibility Condition for NIT
No.………………………………. for Remote Village Electrification Programme .
Sir,
Having examined the Bid documents of NIT No. …………………, we hereby
confirm the following towards the minimum eligibility conditions to participate in the bid for
Manufacture, Supply and Maintenance of Solar Photovoltaic Systems –SHLS & SSLS
1) We are indigenous manufacturers of sub-systems of SPV Systems (Module or battery
or both).
2) We have valid test certificates from ___________________________________
(Solar Energy Centre (SEC) Gurgaon or Electronics Regional Test Laboratory (East)
(ERTL), Kolkata or Central Power Research Institute (CPRI), Thiruvananthapuram or
Electronics Test and Development Centre (ETDC), Bangalore) tested during the year
2004-05/2005-06 for the specific model of SHLS & SSLS to be supplied.
3) We confirm that these systems have been working satisfactorily since supply.
Certificate to this effect from the concerned State Nodal Agency and other
organisations is enclosed.
4) If any time, any of declaration is found to be false, our offer or order is liable to
rejection.
Yours faithfully,
Encl. attached.
(Authorized Signatory)
Dated Name
Designation
Company Seal …………
ASSAM ENERGY DEVELOPMENT AGENCY Bigyan Bhawan, Near IDBI Building, G.S. Raod,
GUWAHATI-781005 Phone: 0361-2464619, 2464621, Fax: 0361-2464617
73
e-mail: aeda@india.com
NIT No. AEDA/244/2008/22Techno- Commercial Part : Part - II
Format for Compliance Certificate for meeting Technical Specifications -In sealed cover Part - II
Proforma III
(To be submitted by bidders on official letter-head of the company)
No…………………..
To,
The Director
Assam Energy Development Agency
Bigyan Bhawan, Near IDBI Bank
ABC, G.S. Road,
Guwahati -781005
Subject: Compliance Certificate for meeting Technical Specifications – Remote village
Electrification Programme
Sir,
Having examined and understood fully the contents of the Bid document of NIT
No.………………,…… we hereby confirm that the SHLS & SSLS/ products offered by us
herein meet the technical specifications and scope of work in to without any
deviation whatsoever from those specified in the bid documents towards fulfilling the
eligibility criteria & qualifications.
Yours faithfully,
Dated ……………………..
(Authorized
Signatory)
Name
Designation
Company Seal
74
ASSAM ENERGY DEVELOPMENT AGENCY Bigyan Bhawan, Near IDBI Building, G.S. Raod,
GUWAHATI-781005 Phone: 0361-2464619, 2464621, Fax: 0361-2464617
e-mail: aeda@india.com
NIT No. AEDA/244/2008/22Techno-Commercial Part : Part – II / Price Part : Part - III
(In seal cover Part – II & Part – III) Pro
forma IV Format for authorizing for attending Bid Opening Meeting
(To be submitted by bidders on official letter-head of the company)
No…………………..
To,
The Director
Assam Energy Development Agency
Bigyan Bhawan, Near IDBI Bank
ABC, G.S. Road,
Guwahati -781005
Subject: Authorization letter for attending Bid Opening Meeting of NIT
No………………………… on Remote village Electrification
Sir,
We hereby authorize ……………………………………… (Name & Designation) to attend
the Bid Opening Meeting to be held on ………… at AEDA on behalf of our company. He
is also authorized to provide any clarification, if any, and signing of documents, etc. at the
time of opening.
The specimen signature of authorized person is as follows:
Dated ……………………..
(Specimen Signature)
Name & Designation
Yours faithfully,
75
(Authorized Signatory)
Name
Designation
Company Seal
76
ASSAM ENERGY DEVELOPMENT AGENCY Bigyan Bhawan, Near IDBI Building, G.S. Raod,
GUWAHATI-781005 Phone: 0361-2464619, 2464621, Fax: 0361-2464617
e-mail: aeda@india.com
NIT No. AEDA/244/2008/22 Tender Proforma for Techno- Commercial Part.
(In sealed cover Part – II)Proforma-V
(Techno- & Commercial Part II)
1 (a) Name of the manufacturer ; (b) Postal Address (c) Telephone No., Fax No., E-mail : d) GPS Co-ordinate of registered office and Factory campus :2. Name and designation of the authorized signatory to whom reference shall be made3. Nature of firm (individual/Partnership/ : Pvt. Ltd./Public Ltd. Co./ Public Sector) [Attach attested copy] and photographs of MD or two directors of the company.4. Registration No. :
5. Financial capability : (Attach certificate of financial capability from Bank/Financial Institution)6. Specify the item originally manufactured :7. % Growth in Net Worth in last three years :8. Name of govt. agencies to whom the manufacturer supplied during last 3 years (with supporting document) :9. Performance Certificate from Govt. Agency :
10. Year of staring of manufacturing of PV : Component. :11. International standard awarded : (Attach :photocopy of certificate)12. Installed capacity for solar product / Component :13. Production and sales of solar component : in last three years
Cont.
77
14. Total sales of PV product during the last four years :15. Name of material and model type offered :16. Name of the work :17.Name of manufacturer of SHLS & SSLS with full address :
(i) SPV SHLS & SSLS(ii) PV Module :(iii) Control Electronics / Charge Controller :(iv) Battery :
18. Quantity offered SHLS SSLS :19. Indicate if the price has been quoted net &: firm FOR destination : (Prices shall be quoted as per format.)20. Acceptance of terms of payment :21. Acceptance of penalty clause :22. Validity of the offer up to :23. Particulars of Earnest Money Deposit Amount Bank Draft No. (Attach evidence)
24. Particulars of payment for purchase of Bid Documents : of quantity & specification (Attach evidence)25. Indicate delivery period :
26. Acceptance of the technical specifications. :(If not accepted, attach relevant technicalspecification duly approved and certifiedby designated competent authority)
27. (i) Whether attested photocopy of BISCertificate and/ or Test Certificate issued by MNES Approved Institution/ Centres attached. (Certificate shall be as required by MNES ) :
(ii) Whether proof of enlistment with MNES attached :
(iii) Give Registration No & other details on above, if any :
28. Performance Guarantee : (Give details and period of guarantee)
29. Warranty Details for each type of Material and sub- system. SHLS, SSLS,Control Electronics PV Module Battery
Cont.
30. Registration No if registered as SSI unit in Assam, or registered under NSIC for SPV System.
78
(An attested copy of the registration No. to be attached.) :
31. Place of manufacturing of materials and place where the materials will be available for inspection. :
32. Whether the Bidder has submitted details regarding the supplies made to other organization. :
33. Any deviation made from the technical Specification and general terms and Conditions of Bid (Give details if any) :
34. Whether up-to-date Income tax, Sales tax Clearance certificate submitted or not : (Give details)
35. Details of any existing service network in Assam (Name & Address of service centre) :
36. Other details and remarks is any
37. All evidences of Tax Registration Numbers :(PAN No., VAT Registration, Service Tax Registration etc)
Signature of Authorized Signatory
Name . Designation . Company Seal .
(Separate sheet may be used for furnishing detailed information duly signed . This Bid Proforma must be submitted duly signed in case separate sheet is submitted)
ASSAM ENERGY DEVELOPMENT AGENCY Bigyan Bhawan, Near IDBI Building, G.S. Raod,
GUWAHATI-781005 Phone; 0361-2464619, 2464621, Fax: 0361-2464617
79
e-mail: aeda@india.com
NIT No. AEDA/244/2008/22 (In sealed cover Part – II)
Proforma-VI (Techno- Commercial Part II)
(Information in Support of Meeting Eligibility Criteria)
Details of order received and executed by the manufacturer for supply of SHLS & SSLS to different Govt. Organization /AEDA/Other Nodal Agency/Other Organization during last three years.
S.L No
Name of Agency/Organization
P.O No/Date/Ordered Qty
Name of Model
Delivery Schedule
Qty supplied within schedule
Qty supplied after schedule
Date of full supply
1 2 3 4 5 6 7 8
Note: Attach Photo copies of purchase order Photo copies of certificate of satisfactory performance issued by concerned
Agencies/Organizations
Signature of Authorized Signatory
Name . Designation . Company Seal
ASSAM ENERGY DEVELOPMENT AGENCY Bigyan Bhawan, Near IDBI Building, G.S. Raod,
GUWAHATI-781005 Phone; 0361-2464619, 2464621, Fax: 0361-2464617
e-mail: aeda@india.com
80
NIT No.AEDA/244/2008/22Price Part – III
(In sealed cover Part – III) Proforma VII Bid proforma for price bid for RVEP
Pleases refer to Annexures Group:
Sl. No.(1)
Item No.(2)
Description of Items
(3)
Rate per unit
Total Amount
Quantity Unit rate Including
all applicable taxes and
duties. *
Installation, Commissioning
**
C.M.C #
TOTAL
(4) (5) (6) (7)
1 A
Solar Photo Voltaic Domestic Lighting System (SDLS) conforming to Technical Specification
2 B
Solar Photo Voltaic Street Lighting System (SDLS) conforming to Technical Specification
Total Amount both in figures and words to be written for above.* Rates should be quoted inclusive of transportation, insurance cost, VAT. Income Tax etc, wherever necessary.** Rates should be quoted inclusive of all applicable Service Tax, Income tax, VAT and any other applicable taxes.# Rate should be quoted including insurance for 5 years plus Service Tax, income Tax and any
other applicable Taxes. Proforma VIIUse separate sheet and rows if necessary..Total Bid Value in figure = in words (Rupees ) only
Note: In case of discrepancy between unit price and total price , the unit price shall prevail
We agree to supply, install and demonstrate the performance of the above items of equipment/works and systems in accordance with the technical specifications for a contract price quoted against each item within the period specified in the Invitation for Bid
81
We also confirm that applicable periods of on-site all comprehensive warranty/ guarantee for all items of equipment, goods and components shall be as per requirement of AEDA detailed in the List of Equipment along with specifications.
Signature of the authorized signatory ……….………………………………………………………………..
Place:……………………………………………………….Name
Date: ……………………………………………………….. Address
Office Seal
ASSAM ENERGY DEVELOPMENT AGENCYBigyan Bhawan, Near IDBI Building, G.S. Raod,
GUWAHATI-781005 Phone 0361-2464619, 2464621, Fax: 0361-2464617
e-mail: assamrenewable@gmail.com
82
NIT No. AEDA/244/2008/22Techno- Commercial Part II
Proforma-VIII
(To be supplied by bidders on official letter-head of the company)WARRANTY CARD
SSDL & SSLS1. Name & Address of the Manufacturer cum Supplier: of the System
2 Name & Address of the Purchasing Agency : 3 Date of supply of the system :
4. Details of PV module(s) supplied in the system a) Name of the Manufacturer : b) Make : c) Model : d) Serial No. : e) Wattage of the PV Module(s) under STC : f) Warranty valid up to :5. Details of Battery :
a) Name of the Manufacturer :b) Make :c) Model :d) Batch/Serial No(s) :e) Month & year of Manufacture :f) Rated V & AH capacity at C/20 or C/10 rated
at 270C : g) Warranty valid upto :6. Details of Electronics & other BOS item :
a) Name of the Manufacturer :b) Make :c) Model :
d) Serial No(s) :e) Month & year of Manufacture :f) Warranty valid upto :
7. Designation & Address of the person to be : contacted for claiming Warranty obligations
Place & Date: (Signature)Name & Designation of the authorized signatory
Name & Address of the Manufacturer / Supplier
(SEAL)
Filling Instructions:(1) The SHLS & SSLS components will be generally warranted as per clause 18 of General
Terms & Conditions & covering the MNRE specified warranty. The manufacturer can also provide additional information about the system and conditions of warranty as
83
necessary. The warranty card to be supplied with the system must contain the details of the system supplied as per format given above.
(2) During the warranty period AEDA/ users reserve the right to cross check the performance of the systems for their minimum performance levels specified in the MNRE specifications.
ASSAM ENERGY DEVELOPMENT AGENCYBigyan Bhawan, Near IDBI Building, G.S. Raod,
GUWAHATI-781005 Phone 0361-2464619, 2464621, Fax: 0361-2464617
e-mail: assamrenewable@gmail.com
84
NIT No. AEDA/244/2008/22Techno- Commercial Part II
Proforma IX
FORMAT FOR NO DEVIATION CONFIRMATION Techno- Commercial Part II
ToThe DirectorAssam Energy Development AgencyBigyan Bhawan, Near IDBI BankABC, G.S. Road,Guwahati -781005
Dear Sir,We understand that any deviation/ exception in any form may result in rejection of bid. We therefore, certify that we have not taken any exceptions/ deviations anywhere in the bid and we agree that if any deviation is mentioned or noticed, our bid may be rejected.
Note: This NO DEVIATION CONFIRMATION should be written on the letterhead of the bidder indicating tender ref. no. duly signed and stamped with date by a person competent and having the power of attorney to bind the bidder.
Signature of Authorized Signatory
Name . Designation . Company Seal
85
ASSAM ENERGY DEVELOPMENT AGENCYBigyan Bhawan, Near IDBI Building, G.S. Raod,
GUWAHATI-781005 Phone 0361-2464619, 2464621, Fax: 0361-2464617
e-mail: assamrenewable@gmail.com
NIT No. AEDA/244/2008/22
Proforma -X
CONTRACT AGREEMENT FORMAT
This contract ( hereinafter, together with all attachment annexed hereto and
forming its integral part thereof, call the Contract on the …………………….day of the
month of
2009, between, Assam Energy Development Agency ,
authorized by the Govt. of Assam to undertake schemes for implementation of Remote
Village Electrification programme under MNRE , Govt of India. and having its Head Office
at Bigyan Bhawan, G.S Road, Guwahati – 781 005 and represented by The Director,
( hereinafter referred to as AEDA which expression shall unless repugnant to the context
of meaning thereof includes its successors and assigns ) of the one part and
………………...
………………………………………………………………………………………………
…………………………………………………………………………………………
a Company registered under the Laws of ………………………………………………….
and having its registered office at ………………………………………………………….
………………………………………………………………………………………………
86
( hereinafter called the contractor which expressed shall repugnant to the context of
meaning thereof includes its successors and assigns ) of the other part.
WHEREAS
(A) AEDA has placed work order for supply, installation, commissioning and
comprehensive maintenance contract for 5 years of the Solar Photo Voltaic Home
Lighting Systems and Solar Photo Voltaic Street Lighting Systems and provide
other services as covered in this contract vide work order
………………………………………
……………………………. Dtd. …………………………………………………………..
(B) The contractor has accepted the work order as set forth above vide reference
No...
…………………………………………………………….. dtd. …………………………
(C) The AEDA and the contractor shall jointly be termed as “ Parties “.
(D) The contractor, having represented to AEDA that they have the required
professional skill, personnel and technical resource have agreed to provide the
services on the terms and conditions set forth in this contract.
NOW THEREFORE THE PARTIES HERETO HEREBY AGREE AND COVENANT AS
FOLLOWS :
1. The parties hereto hereby covenant, bind and undertake to observe and
perform this contract faithfully for the work of “ Supply” , Installation,
Commissioning at site and Comprehensive Maintenance Contract (CMC) for
5(five) years of complete Solar Photo Voltaic Home Lighting Systems
( Nos.) and Solar Photo Voltaic Street Lighting Systems ( Nos.) in the
individual House holds of Nos. of un-electrified remote census villages in
the State of Assam” and execute, perform and do all works and things
87
mentioned and described in the contract and in all other documents annexed
hereto and in accordance with such conditions, specifications and terms and
conditions forming part of this contract to the entire satisfaction of ASEB and
shall respect, perform, observe and fulfill all such terms, conditions and
specifications which are expressed or intended to be performed, observed or
fulfilled by the contractor.
2. The following documents, which are deemed to be integral part of this
contract as in herein, set out verbatim and / or is hereto annexed shall be
binding on the parties.
(i) : INB, GT& CC , Proforma, & Annexure of Bidding Documents
(ii) : Contractor’s Compliance Certificate to the various sections of the NIT .
(iii): Offered Prices.
(iv): Negotiation record, if any.
(v) : Copy of Letter of Intent No……………… and acceptance.
(vi): Copy of Work Order No………………….and acceptance.
Security Deposit : The contractor has deposited a security amount to the
tune of ………………………………….by………………………………………..
The security deposit shall be released after successful completion of isupply,
installation, commissioning of the work on satisfactory third party monitoring
report.
3. The parties hereto hereby agree and declare that the contractor shall
execute the work as defined in the contract in the manner and as prescribed in
this contract or which are implied or may be necessary for the completion of
the said work or incidental thereto on the terms and conditions mentioned in
the contract and AEDA will make payment to the contractor as per payment
Clause In General Terms & condition of Contract.
In witness whereof the parties hereto have signed this agreement hereunder
on the date respectively mentioned against signature of each.
88
FOR AND ON BEHALF OF FOR AND ON BEHALF OF
SUPPLIER/MANUFACTURER/ ASSAM ENERGY DEVELOPMENT AGENCY
CONTRACTOR
PLACE :
DATE :
WITNESS :
1.
2.
89
90
SECTION-7ANNEXURES
91
GROUP-I
Sl
No
Name of
District
No of
Villages
No of
HLS
(HH)
No of
HLS
(Comm)
Total
HLS
No of
SLS
1 Dhubri 21 1247 66 1313 43
2 Kokrajhar 10 464 26 490 23
3 Bongaigaon 19 2339 59 2398 148
4 Barpeta 9 1337 17 1354 103
Total 59 5387 168 5555 317
SL
No
No
of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code
HLS
(HH)
HLS
for
CB
Total
HLS
Total
SLS
Dhubri
1 1 34/101
Raur Par
(Rowarpara) Salmara (S) Dhubri 207800
25 1
26 1
2 2 35/101 Dighirpar Salmara (S) Dhubri 209000 14 1 15 1
3 3 39/101Choto Kulia Pt-II
Salmara (S) Dhubri 213500213 35
248 8
4 4 55/101
Choto Kulia Pt-
III Salmara (S) Dhubri 213600
2 0
2 0
5 5 85/101 Tharigrambita Gauripur Dhubri 141100 42 2 44 2
6 6 86/101 Mantirchar Gauripur Dhubri 141200 60 4 64 2
7 7 87/101 Fulkakata I Gauripur Dhubri 141300 75 4 79 3
8 8 88/101 Fulkakata II Gauripur Dhubri 141400 66 1 67 2
9 9 89/101 Fulkakata III Gauripur Dhubri 141500 66 4 70 3
10 10 90/101
Shialmari/
Saulmari Bilasipara Dhubri 171500
105 2
107 3
11 11 91/101 Khurkhuri Bilasipara Dhubri 171900 60 1 61 2
12 12 92/101
Tindubi
Phuhirtari (Char) Salmara (S) Dhubri 199500
71 2
73 2
13 13 93/101 Tulsi Para Salmara (S) Dhubri 199800 9 1 10 0
14 14 94/101 Pahirtari Salmara (S) Dhubri 199900 71 0 71 2
15 15 95/101
Berarjhar/
Berurghar Salmara (S) Dhubri 206900
56 1
57 2
92
16 16 96/101 Mahajan Para Salmara (S) Dhubri 207200 82 1 83 2
17 17 97/101 Routhmari Salmara (S) Dhubri 207200 29 2 31 1
18 18 98/101 Mandia Salmara (S) Dhubri 207400 105 1 106 3
19 19 99/101 Sundar Para Pt-I Salmara (S) Dhubri 207500 60 1 61 2
20 20
100/10
1
River Block -7
Salmara (S) Dhubri 207600
20 1
21 1
21 21
101/10
1
Pagla Para
Salmara (S) Dhubri 207700
16 1
17 1
Total No of Sysyem of Dhubri 1247 66 1313 43
Kokrajhar
SL
No
No
of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code
HLS
(HH)
HLS
for
CB
Total
HLS
(HH +
CB)
Total
SLS
22 1 1/65 Kathal Mari Sidli Chirang Kokrajhar. 93900 162 2 164 16
23 2 89/206 Sukunjhar Saijhar Bhowguri Kokrajhar 41500 25 3 28 1
24 3 90/206 Chandra Pur Gosai Gaon Kokrajhar 23700 51 4 55 1
25 4 91/206 Pub Pata Bari Sidi Chirang
Chirang
(Kokrajhar) 88700 37 5 42 1
26 5 92/206
Aienadi
Dhubri NO. - 2 Sidi Chirang
Chirang
(Kokrajhar) 88400 16 2 18 0
27 6 93/206 Aiepowali NO. – 1 Sidi Chirang
Chirang
(Kokrajhar) 88000 14 2 16 0
28 7 94/206
Aienadi Dhubri
NO. – III Sidi Chirang
Chirang
(Kokrajhar) 89200 14 0 14 0
29 8 95/206
Aienadi Dhubri
NO. - IV Sidi Chirang
Chirang
(Kokrajhar) 89300 27 1 28 1
30 9 96/206 Aiechara Sidi Chirang
Chirang
(Kokrajhar) 90000 35 3 38 1
31 10 97/206 Bhurapara Dotma Kokrajhar 93800 83 4 87 2
Total No of Systems of Kokrajhar 464 26 490 23Bongaigaon
93
SL
No
No
of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code
HLS
(HH)
HLS
for
CB
Total
HLS
(HH +
CB)
Total
SLS
32
1 2/65 Kawadi (Sonalika
No 2)
Manikpur Bongaigaon 384800 271 2 273 27
33
2 3/65 Kawadi (Sonalika
No 1)
Manikpur Bongaigaon 384700 187 1 188 19
34
3 4/65 Kheluapara Part I
OLD
Boitamari Bongaigaon 330800 166 5 171 17
35 4 7/65 Sisubari Boro bazar Bongaigaon 359700 57 2 59 6
36 5 8/65 Bashbari No. 1 Manikpur Bongaigaon 392000 237 4 241 24
37 6 10/65 Jhankura Pt II Boitamari Bongaigaon 326900 179 5 184 18
38 7 70/101 Bhandara No.6 Manikpur Bongaigaon 391900 78 12 90 4
39 8 71/101 Palasguri No.2 Manikpur Bongaigaon 364000 79 3 82 3
40
9 72/101 Odalguri No.1,
Adalguri No.2
Manikpur Bongaigaon 363600 56 2 58 2
41 10 73/101 Choraikhosra Manikpur Bongaigaon 367500 12 1 13 1
42 11 74/101 Majhrabari Manikpur Bongaigaon 368400 37 3 40 2
43 12 75/101 Chikajhora No.3 Manikpur Bongaigaon 370900 114 1 115 4
44 13 76/101 Abdaguri Manikpur Bongaigaon 377100 50 5 55 3
45 14 77/101Gourabdora No.2
Manikpur Bongaigaon 37730011 1
12 1
46 15 78/101 Alengmari Manikpur Bongaigaon 379400 161 2 163 5
47 16 79/101 Debechuri Pt-I Srijangram Bongaigaon 356100 298 6 304 5
48 17 80/101 No.6 Char Srijangram Bongaigaon 359300 267 1 268 5
49
18 81/101 Khorchimari
NC-II
Srijangram Bongaigaon 327600 7 1 8 0
50
19 82/101 Uchungarchar
Pt-III
Srijangram Bongaigaon 327900 72 2 74 2
Total no of Systems of Bongaigaon 2339 59 2398 148Barpeta
SL
No
No
of
Villages San.
Sl No
Name of the
Villages Bolck District
Census
Code HLS
(HH)
HLS
for
CB
Total
HLS
(HH +
CB)
Total
SLS
51 1 5/65 Phulora NC Mondia Barpeta 435200 128 4 132 13
52 2 6/65 Sikatary Mondia Barpeta 433400 245 4 249 25
94
53 3 9/65 Dhakaliapara Mondia Barpeta 432900 223 0 223 22
54 4 11/65 Katbal Pather Bhawanipur Barpeta 498100 350 2 352 35
55 5 84/206 Gola Gaon NC Jalah Barpeta 512400 29 2 31 1
56 6 85/206 Bhutia Para NC Jalah Barpeta 512700 56 2 58 1
57 7 86/206 Chapna NC Jalah Barpeta 512600 10 0 10 0
58 8 87/206 Belortari Gamaful Bari Barpeta 470500 150 1 151 3
59 9 88/206 Mainamath Pothar Gobur Dhan Barpeta 408000 146 2 148 3
Total no of Systems of Barpeta 1337 17 1354 103
Grand Total of Gr I 5387 168555
5317
95
GROUP-II
Sl
No
Name
of
District No of Villages
No of
HLS
(HH)
No of
HLS
(Comm)
Total
HLS
No of
SLS
1 Dhemaji128 5832 187 6019
138
SL
No
No of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code HLS (HH)
HLS
for
CB
Total
HLS
Total
SLS
Dhemaji
1 1 3/127 Cilli Bij Bari Dhemaji Dhemaji 1439300 36 4 40 1
2 2 4/127 Alu para Dhemaji Dhemaji 1440000 21 0 21 0
3 3 5/127 No. 2 Cilli Nepali Dhemaji Dhemaji 1440100 39 3 42 1
4 4 6/127 No. 1 Arne Chpori Dhemaji Dhemaji 1440200 20 1 21 0
5 5 7/127 Pan Bari Siva Nagar Dhemaji Dhemaji 1440300 5 1 6 0
6 6 8/127 Muktiar Ajarbari Hajong Dhemaji Dhemaji 1440400 13 1 14 0
7 7 9/127 No. 2 Nalbari Dhemaji Dhemaji 1441000 38 2 40 1
8 8 10/127 Gowranga Pur Dhemaji Dhemaji 1441700 20 2 22 0
9 9 11/127
No. 2 Manikpur
Balichar Dhemaji Dhemaji 1442000 41 2 43 1
10 10 12/127 No.1 Manikpur Balichar Dhemaji Dhemaji 1442100 14 0 14 0
11 11 13/127 Arne pan Bari Hajong Dhemaji Dhemaji 1442700 7 0 7 0
12 12 14/127 No. 1 Moha Ranipur Dhemaji Dhemaji 1443800 41 2 43 1
13 13 15/127 No. 2 Moha Ranipur Dhemaji Dhemaji 1443900 20 1 21 0
14 14 51/127 Tulakshi pur Simen Dhemaji Dhemaji 1437900 20 1 21 0
15 15 52/127
Majar Bari Krishna
Nagar Dhemaji Dhemaji 1438200 39 2 41 1
16 16 53/127 Lamajan Asomiya Dhemaji Dhemaji 1438400 45 3 48 1
17 17 54/127
Sengajan Krishna
Nagar Dhemaji Dhemaji 1438700 12 2 14 0
18 18 55/127 Sengajan Major Bari Dhemaji Dhemaji 1438800 39 2 41 1
96
Asomiya
19 19 56/127 Muktiar Lakshimi Dhemaji Dhemaji 1440500 64 2 66 1
20 20 57/127 Kashinath Hazong Dhemaji Dhemaji 1440600 48 1 49 1
21 21 58/127 Hari Nath Pur Dhemaji Dhemaji 1440700 48 2 50 1
22 22 59/127 Napam Kuli Dhemaji Dhemaji 1440800 27 2 29 1
23 23 60/127 Kawa Guri Dhemaji Dhemaji 1440900 21 1 22 0
24 24 61/127
Kassi Nath Chapori
Missing Dhemaji Dhemaji 1441100 56 1 57 1
25 25 62/127 Kherbari Bongali Dhemaji Dhemaji 1441500 46 3 49 1
26 26 63/127 Sriram Pur Dhemaji Dhemaji 1441900 54 3 57 1
27 27 64/127 No.2 Kareng Balipur Dhemaji Dhemaji 1442300 19 1 20 0
28 28 65/127 Sibanagar Balipur Dhemaji Dhemaji 1442400 57 2 59 1
29 29 66/127 Kakabari Kamalapur Dhemaji Dhemaji 1442500 66 1 67 1
30 30 67/127 Kadamtala 1 & 2 Dhemaji Dhemaji 1443000 9 1 10 0
31 31 68/127 Bukabeel Dhemaji Dhemaji 1443100 30 3 33 1
32 32 69/127
No. 2 Muktiyar
Bukabeel Dhemaji Dhemaji 1443500 16 1 17 0
33 33 70/127 Bishnu Nagar Dhemaji Dhemaji 1443600 20 4 24 0
34 34 71/127
Bolikota Missing
(Sagalikota) Dhemaji Dhemaji 1444000 20 2 22 0
35 35 72/127 Ramaya Pur Dhemaji Dhemaji 1444100 16 2 18 0
36 36 73/127 No. 2 Kakabari
Mur Kong
Seleck Dhemaji 1444200 23 1 24 0
37 37 74/127 Mouza Chapori
Mur Kong
Seleck Dhemaji 1444900 15 1 16 0
38 38 75/127 Manik Pur
Mur Kong
Seleck Dhemaji 1446800 11 2 13 0
39 39 76/127 Simen Koiborta
Mur Kong
Seleck Dhemaji 1446700 9 1 10 0
40 40 77/127 Sensowa
Mur Kong
Seleck Dhemaji 1447100 13 2 15 0
41 41 78/127 Hosong
Mur Kong
Seleck Dhemaji 1448000 57 1 58 1
42 42 79/127 Mach Khowa
Mur Kong
Seleck Dhemaji 1448200 24 3 27 0
97
43 43 80/127 Bokajan
Mur Kong
Seleck Dhemaji 1448400 24 1 25 0
44 44 81/127 Bara Bhakat
Murkong
seleck Dhemaji 1448500 66 4 70 1
45 45 82/127 Kakabari Dharmapur Dhemaji Dhemaji 1442600 10 1 11 0
46 46 11/206 Kecha Kathoni Dhemaji Dhemaji 1379400 21 1 22 0
47 47 12/206 Adikalia Majgaon Dhemaji Dhemaji 1380700 50 2 52 1
48 48 13/206
Ronganadi
Chapori Dhemaji Dhemaji 1380800 44 2 46 1
49 49 14/206 Chechela Dhemaji Dhemaji 1386600 19 1 20 0
50 50 15/206 Jungle Block Dhemaji Dhemaji 1386700 16 1 17 0
51 51 16/206 No. 3 Ramyapur Dhemaji Dhemaji 1407500 42 1 43 1
52 52 17/206 No. 2 Ramyapur Dhemaji Dhemaji 1407700 63 2 65 1
53 53 18/206 Gamri Gaon Dhemaji Dhemaji 1409400 29 2 31 1
54 54 19/206
No. 1
Ramayapur Dhemaji Dhemaji 1409600 17 1 18 0
55 55 20/206 No. 3 Lakhipur Gohain Dhemaji Dhemaji 1409700 68 2 70 1
56 56 21/206
No. 1 Uday
pur Gaon Dhemaji Dhemaji 1409800 44 2 46 1
57 57 22/206
No. 1 Lepe
Barhoiting Dhemaji Dhemaji 1410200 29 2 31 1
58 58 23/206
No. 2 Lepe
Barhoiting Dhemaji Dhemaji 1410300 49 1 50 1
59 59 24/206 Dighali Chapori Dhemaji Dhemaji 1418500 24 1 25 0
60 60 25/206 Dighali Gaon Dhemaji Dhemaji 1418600 60 2 62 1
61 61 26/206 Pamua Gaon Dhemaji Dhemaji 1419200 37 2 39 1
62 62 27/206 Chabori Gaon Dhemaji Dhemaji 1422400 38 1 39 1
63 63 28/206 Pumi Gaon Dhemaji Dhemaji 1423300 117 2 119 1
64 64 29/206 Kareng Gaon Dhemaji Dhemaji 1423400 69 2 71 2
65 65 30/206 Mer chapori Dhemaji Dhemaji 1423500 64 2 66 1
66 66 51/206 Sesu Dighali Gaon Dhemaji Dhemaji 1423700 84 1 85 2
67 67 52/206 Naharani Kuli Dhemaji Dhemaji 1424200 50 2 52 1
68 68 53/206 Bauli Miri Dhemaji Dhemaji 1424300 56 2 58 1
69 69 54/206 No.- 1 Amlakhi Dhemaji Dhemaji 1424400 39 0 39 1
70 70 55/206 No.- 2 Amlakhi Dhemaji Dhemaji 1424500 72 2 74 2
71 71 56/206 Bhekeli Tangani Dhemaji Dhemaji 1424600 82 2 84 2
72 72 113/206 Mer Debera Dhemaji` Dhemaji 1424700 21 1 22 1
98
73 73 114/206 Pipal Guri Dhemaji Dhemaji 1424800 56 1 57 2
74 74 115/206 Kalyani Gaon Dhemaji Dhemaji 1424900 59 1 60 2
75 75 116/206 Namki Gaon Dhemaji Dhemaji 1425100 57 1 58 2
76 76 117/206 Debera Gaon Dhemaji Dhemaji 1425200 24 1 25 1
77 77 118/206 Singi Beel Dhemaji Dhemaji 1426600 38 1 39 1
78 78 119/206 RangaKap Bill Dhemaji Dhemaji 1425900 20 1 21 1
79 79 120/206 No2 Saru Bauli Dhemaji Dhemaji 1425400 2 0 2 0
80 80 121/206 Dalpung Gaon Dhemaji Dhemaji 1426000 34 1 35 1
81 81 122/206 No1 Bulakata Dhemaji` Dhemaji 1426200 45 1 46 1
82 82 123/206 No1 Luvia Chuk Dhemaji Dhemaji 1426300 49 1 50 1
83 83 124/206 Siri Kali Gaon Dhemaji Dhemaji 1427900 12 1 13 1
84 84 125/206 No2 Manuha Beel Dhemaji Dhemaji 1427400 32 1 33 1
85 85 126/206 No1 SaruBauli Dhemaji Dhemaji 1425600 44 1 45 1
86 86 127/206 Batua Nepali Dhemaji Dhemaji 1425500 67 1 68 2
87 87 128/206 Nepali Bari Dhemaji Dhemaji 1427700 26 1 27 1
88 88 129/206 Khojua Gaon Dhemaji Dhemaji 1425700 77 1 78 2
89 89 130/206 Bulakata Gohain Dhemaji Dhemaji 1425800 72 1 73 2
90 90 131/206 No. 2 Bulakata Dhemaji Dhemaji 1426100 65 1 66 2
91 91 132/206 Batua Miri Dhemaji Dhemaji 1426500 84 1 85 2
92 92 133/206 Bhangidia Pathar Dhemaji Dhemaji 1426900 63 1 64 2
93 93 134/206 Bhangidia Gaon Dhemaji Dhemaji 1427100 86 1 87 2
94 94 135/206 Upar Bhangidia Gaon Dhemaji Dhemaji 1427200 41 1 42 1
95 95 136/206 Balijan Dhemaji Dhemaji 1427300 49 1 50 1
96 96 137/206 Punai Gaon Dhemaji Dhemaji 1425000 99 1 100 2
97 97 138/206 Bhadia Chuk Dhemaji Dhemaji 1426700 55 1 56 2
98 98 139/206 No.1 Dumkata Dhemaji Dhemaji 1427500 101 1 102 3
99 99 140/206 Dijmur Miri Dhemaji Dhemaji 1430200 40 1 41 1
100 100 141/206 Tangani Nalbari Dhemaji Dhemaji 1432200 60 1 61 2
101 101 142/206 Kerakani Maj Gaon Dhemaji Dhemaji 1432600 102 1 103 3
102 102 143/206
Nilakh Salakhani
Borbam Dhemaji Dhemaji 1433600 60 1 61 2
103 103 144/206 No.2 Majar Bari Dhemaji Dhemaji 1437600 35 1 36 1
104 104 145/206 No.3 Majar Bari Dhemaji Dhemaji 1437700 81 1 82 2
105 105 146/206 Bor Bauli Dhemaji Dhemaji 1426400 74 1 75 2
106 106 147/206
No. 2 Bhangidiya
Pathar Dhemaji Dhemaji 1427000 61 1 62 2
107 107 148/206 Vereki Kachamari Dhemaji Dhemaji 1427600 75 1 76 2
99
108 108 149/206 Bor Chapori Dhemaji Dhemaji 1427800 108 2 110 3
109 109 150/206 Sengajan Kachari Dhemaji Dhemaji 1437800 101 1 102 3
110 110 179/206 Gali Pathar Singapur
Murkong
selleck Dhemaji 1471800 68 2 70 2
111 111 180/206
Jone Kareng
Lolitimorang
Murkong
selleck Dhemaji 1471900 66 2 68 2
112 112 181/206
Jone Kareng Rest
Camp
Murkong
selleck Dhemaji 1472000 75 2 77 2
113 113 182/206 Debing Mishing Gaon
Murkong
selleck Dhemaji 147220 35 1 36 1
114 114 183/206
Jone Kareng
Chamaibari
Murkong
selleck Dhemaji 1472300 9 1 10 1
115 115 184/206 Jone Kareng
Murkong
selleck Dhemaji 1472400 44 2 46 1
116 116 185/206
No. 3, Rayeng
Sukannalla
Murkong
selleck Dhemaji 1472500 30 1 31 1
117 117 186/206 No.3, Rajakhana
Murkong
selleck Dhemaji 2472600 41 1 42 1
118 118 187/206 No.3, Rayeng Nepali
Murkong
selleck Dhemaji 1472700 226 3 229 5
119 119 188/206 No.1, Kaitong Maskhowa Dhemaji 1485300 79 2 81 2
120 120 189/206 No. 2, Kaitong Maskhowa Dhemaji 1485400 30 1 31 1
121 121 190/206 Solmara Gaon Maskhowa Dhemaji 1487400 60 2 62 2
122 122 191/206 Durpadi Pathar Maskhowa Dhemaji 1487500 18 1 19 1
123 123 192/206 Mangaldai Para Bordoloni Dhemaji 1493000 15 1 16 1
124 124 193/206 No.1, Salmari N.C Bordoloni Dhemaji 1496200 17 1 18 1
125 125 194/206 Chawtal Pur Bordoloni Dhemaji 1497600 28 1 29 1
126 126 195/206 Madan Pur Bordoloni Dhemaji 1507500 51 2 53 2
127 127 196/206 Bengali Jan Bordoloni Dhemaji 150790 46 2 48 1
128 128 197/206 Chengeli Suit, No.2 Bordoloni Dhemaji 1508000 97 2 99 2
Grand Total of Gr II 5832 187 6019 138
100
GROUP-III
Sl
No
Name
of District
No of
Villages
No of
HLS (HH)
No of
HLS
(Comm)
Total
HLS
No of
SLS
1 Sonitpur 31 1872 34 1906 55
2 Lakhimpur 32 1710 58 1768 111
3 Tinsukia 31 431 26 457 8
4 Dibrugrah 6 204 3 207 16
5 Sivsagar 1 45 2 47 1
6 Jorhat 12 663 23 686 33
7 NC Hills 16 711 51 762 73
Total 129 5636 197 5833 297
SL
No
no of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code
HLS
(HH)
HLS
for
CB
Total
HLS
(HH +
CB) Total SLS
Sonitpur
1 1 30/101 No.1 Siruani Tezpur Sonitpur 1159800 12 1 13 1
2 2 31/101 Majuli Sar Dhekiajuli Sonitpur 1114500 13 1 14 1
3 3 32/101
Chilabanda
Sonari Tezpur Sonitpur 1167100 3 0 3 0
4 4 33/101 Ramdas Tapu Dhekiajuli Sonitpur 1113800 15 1 16 1
5 5 36/101
Mahari Chapori
(Meghai) Tezpur Sonitpur 1169500 21 1 22 1
6 6 37/101 Arimara Pan Tezpur Sonitpur 1151000 16 1 17 1
7 7 38/101 Tarajuli Chaiduar Sonitpur 1223600 5 1 6 0
8 8 40/101 Thote Chapori Chaiduar Sonitpur 1230300 2 1 3 0
9 9 41/101 No.2 Hatijan Chaiduar Sonitpur 1230400 3 1 4 0
10 10 42/101 Mohloti Chaiduar Sonitpur 1232300 3 0 3 0
11 11 43/101
Uma Tormani
(Umatomani) Biswanath Sonitpur 1194900 3 0 3 0
12 12 44/101 kehuwa Chaiduar Sonitpur 1232200 2 0 2 0
13 13 45/101 Gonai Tapu Chaiduar Sonitpur 1219900 10 1 11 1
14 14 46/101 Bahumari Chaiduar Sonitpur 1251500 10 1 11 1
15 15 47/101
No.1 Makua
Chapori Tezpur Sonitpur 1158500 2 0 2 0
16 16 48/101 Morisall Tapu Dhekiajuli Sonitpur 1114000 31 2 33 1
101
17 17 49/101
No. 3 Makua
Chapori Tezpur Sonitpur 1158300 22 2 24 1
18 18 50/101 Marisuti Gaon Tezpur Sonitpur 1160200 28 1 29 1
19 19 51/101
No.2 Makua
Chapori Tezpur Sonitpur 1158400 25 1 26 1
20 20 52/101 Bherveri Pathar Gohpur Sonitpur 1241800 31 1 32 1
21 21 53/101 Borphalong Gohpur Sonitpur 1241600 47 1 48 2
22 22 54/101 Dak Chapori Gohpur Sonitpur 1251300 54 1 55 2
23 23 56/101 No.1 Tangia Tezpur Sonitpur 1180700 59 1 60 2
24 24 57/101
No.2 Nabil
Kachari Gaon Dhekiajuli Sonitpur 1101300 67 3 70 3
25 25 58/101 Siparia Chapori Dhekiajuli Sonitpur 1100400 64 1 65 3
26 26 59/101
Singari
Protected
Forest area Dhekiajuli Sonitpur 1111100 79 1 80 2
27 27 60/101 No.2 Siruani Tezpur Sonitpur 1159900 125 1 126 4
28 28 61/101 Singitali Gaon Chaiduar Sonitpur 1129600 414 3 417 8
29 29 84/101 Kutum Gaon Chaiduar Sonitpur 1251400 121 1 122 4
30 30 110/206 Jahajduba Gaon Tezpur Sonitpur 1155500 168 1 169 5
31 31 111/206 N0 - 3 Siruani Tezpur Sonitpur 1159700 417 3 420 8
Total no of systems of Sonitpur 1872 34 1906 55Lakhimpur
SL
No
no of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code
HLS
(HH)
HLS
for
CB
Total
HLS
(HH +
CB) Total SLS
32 1 16/74 Bahbari Narayanpur Lakhimpur 1284400 102 4 106 11
33 2 17/74 Bhalukaguri Karunabari Lakhimpur 1295600 126 2 128 13
34 3 18/74 Chalichuk N.C. Boginadi Lakhimpur 1340900 150 1 151 15
35 4 19/74 Borhamukh N.C. Telahi Lakhimpur 1341500 206 4 210 21
36 5 20/74
Mahara
Barchapari Telahi Lakhimpur 1341900 56 2 58 6
37 6 21/74 Dhala Miri N.C. Telahi Lakhimpur 1344100 50 2 52 5
38 7 22/74 Ligiramukh Telahi Lakhimpur 1344200 159 3 162 16
39 8 23/74 Bangkeleng Ghilamora Lakhimpur 1371700 48 1 49 5
40 9 57/206
Borokhi Mukh
NC Telahi Lakhimpur 1343200 60 3 63 2
41 10 58/206 Balijan NC Telahi Lakhimpur 1343100 32 2 34 1
102
42 11 59/206
Assera
Katamiri NC Telahi Lakhimpur 1342900 55 3 58 2
43 12 60/206 Karah Chapori Telahi Lakhimpur 1342600 33 2 35 1
44 13 61/206 Gamchuk Telahi Lakhimpur 1342700 45 2 47 1
45 14 62/206 Gulabori NC Telahi Lakhimpur 1342000 42 3 45 1
46 15 63/206 Jengrai Nc Telahi Lakhimpur 1343000 22 2 24 0
47 16 64/206
Mahara
Barchapori Telahi Lakhimpur 1341600 20 0 20 0
48 17 65/206 Bandar Kata NC Telahi Lakhimpur 1341700 21 1 22 0
49 18 66/206 Uhani NC Telahi Lakhimpur 1341200 5 0 5 0
50 19 67/206 Uriumtol NC Telahi Lakhimpur 1341300 24 1 25 1
51 20 68/206 Roumari NC Telahi Lakhimpur 1341400 5 0 5 0
52 21 69/206 Malaha Khati Boginadi Lakhimpur 1358300 5 0 5 0
53 22 70/206 Purana Parghat Boginodi Lakhimpur 1321400 38 2 40 1
54 23 71/206 Bhori Dhowa Boginodi Lakhimpur 1325400 26 1 27 1
55 24 72/206 Tinsukia Boginodi Lakhimpur 1325500 31 1 32 1
56 25 73/206 Ghauli Chuk Boginodi Lakhimpur 1325700 43 2 45 1
57 26 74/206 Mer Gaon Boginodi Lakhimpur 1325800 74 3 77 2
58 27 75/206 Polash Para NC Boginodi Lakhimpur 1340500 13 2 15 0
59 28 76/206
Ghunsuti
Bebejia Boginodi Lakhimpur 1340700 22 0 22 0
60 29 77/206
Rajbhera
Santipur Telahi Lakhimpur 1343400 20 1 21 0
61 30 78/206 Morton Chapori Telahi Lakhimpur 1343500 32 2 34 1
62 31 79/206 Adisuti NC Telahi Lakhimpur 1342100 61 3 64 1
63 32 98/206 Singimari Telahi Lakhimpur 1342800 84 3 87 2
Total no of systems of Lakhimpur 1710 58 1768 111Tinsukia
SL
No
no of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code
HLS
(HH)
HLS
for
CB
Total
HLS
(HH +
CB) Total SLS
64 1 14/74
Sapmari
Gaon No.2 N.C. Kakopathar Tinsukia 1532800 1 0 1 0
65 2 15/74 Borkacholi N.C. Kakopathar Tinsukia 1535800 3 0 3 0
66 3 16/127 Purana Report Sodiya Tinsukia 1511000 33 2 35 1
67 4 17/127 Chilling Lachan Sodiya Tinsukia 1511100 29 0 29 0
68 5 18/127 Cilling Sodiya Tinsukia 1511300 43 2 45 1
103
Modhupur
69 6 19/127 Tellabari Sodiya Tinsukia 1511800 62 3 65 1
70 7 20/127 Laimakuri Sodiya Tinsukia 1511400 27 1 28 1
71 8 21/127 Champet Bodo Sodiya Tinsukia 1512000 6 0 6 0
72 9 22/127 Arapatang Sodiya Tinsukia 1512300 2 0 2 0
73 10 23/127
Kukurmora
Banchal Sodiya Tinsukia 1524100 6 0 6 0
74 11 43/127
Chilling Ming
Mang Sodiya Tinsukia 1511500 24 2 26 0
75 12 44/127 Napun Sodiya Tinsukia 1511600 25 3 28 1
76 13 45/127 No. 3 Karami Sodiya Tinsukia 1512400 15 0 15 0
77 14 46/127 No. 2 Gohpur Sodiya Tinsukia 1511900 20 1 21 0
78 15 47/127 No. 2 Karami Sodiya Tinsukia 1512600 9 0 9 0
79 16 48/127 Etsum Sodiya Tinsukia 1512100 11 0 11 0
80 17 49/127 Amarpur Sodiya Tinsukia 1512200 15 1 16 0
81 18 99/127 Erasuti N.C. Tinsukia Tinsukia 1569500 6 1 7 0
82 19 100/127
Hugrijan 116
I.S. Tinsukia Tinsukia 1584600 12 1 13 1
83 20 101/127 Balijan Gaon Tinsukia Tinsukia 1569700 3 1 4 0
84 21 102/127 Erasuti Gaon Tinsukia Tinsukia 1569600 6 1 7 0
85 22 103/127 Chuta Tingrai Tinsukia Tinsukia 1583800 5 1 6 0
86 23 104/127 No. 1 Gorajan Tinsukia Tinsukia 1569400 7 1 8 0
87 24 105/127 No. 2 Gorajan Tinsukia Tinsukia 1569300 14 1 15 1
88 25 106/127 Lukhrang N.C. Karo Pothar Tinsukia 1537900 9 1 10 0
89 26 107/127 Rupai T.E. Karo Pothar Tinsukia 1543400 3 0 3 0
90 27 108/127
Fulbari Habi
N.C. Karo Pothar Tinsukia 1533000 8 0 8 0
91 28 109/127 Tarate Karo Pothar Tinsukia 1567000 12 2 14 1
92 29 110/127 Ningda Gaon Margerita Tinsukia 1624500 6 1 7 0
93 30 111/127 Ubon Pothar -1 Margerita Tinsukia 1607500 3 0 3 0
94 31 112/127
Hahchora
Pothar Margerita Tinsukia 1605900 6 0 6 0
Total no of Systems of Tinsukia 431 26 457 8Dibrugrah
SL
No
no of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code
HLS
(HH)
HLS
for
CB
Total
HLS
(HH +
CB) Total SLS
104
95 1 24/74 Gereki Gaon Chabua Dibrugarh 1658100 69 1 70 7
96 2 25/74 Gereki Nepali Chabua Dibrugarh 1658000 90 2 92 9
97 3 80/206 Larua Jan Chabua Dibrugarh 1625600 9 0 9 0
98 4 81/206 Chukan Chapori Chabua Dibrugarh 1654500 1 0 1 0
99 5 82/206 Nepali Chapori Chabua Dibrugarh 1654600 14 0 14 0
100 6 83/206 Simal Chapori Chabua Dibrugarh 1654700 21 0 21 0
Total no of systems of Dibrugrah 204 3 207 16Sivsagar
SL
No
no of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code
HLS
(HH)
HLS
for
CB
Total
HLS
(HH +
CB) Total SLS
101 1 50/206 Na Bhangia Amguri Sibsagar 1780400 45 2 47 1
Jorhat
SL
No
no of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code
HLS
(HH)
HLS
for
CB
Total
HLS
(HH +
CB) Total SLS
102 1 12/65 Bejorchiga Koliapani Jorhat 1886300 245 10 255 26
103 2 1/206 Phalengi
Majuli
(Komalabari) Jorhat 1849800 24 1 25 0
104 3 2/206 Chayani
Majuli
(Komalabari) Jorhat 1850000 18 2 20 0
105 4 3/206 Tenga Chapori
Majuli
(Komalabari) Jorhat 1850400 5 0 5 0
106 5 4/206 Garu Chapori
Majuli
(Komalabari) Jorhat 1850700 26 1 27 1
107 6 5/206 Aakum Village Jorhat Jorhat 1931600 23 1 24 0
108 7 6/206 Chungtia Village Jorhat Jorhat 1931700 77 1 78 1
109 8 7/206
New Longha
Village Jorhat Jorhat 1931800 32 1 33 1
110 9 8/206 Akahika Village Jorhat Jorhat 1932300 27 1 28 0
111 10 9/206
Satal Bagh
Chapori Jorhat Jorhat 1886100 32 0 32 0
112 11 10/206 Major chapori Jorhat Jorhat 1886400 53 2 55 1
113 12 112/206 Hutter Kamalabari Jorhat 1849700 101 3 104 3
105
Total no of systems of Jorhat 663 23 686 33NC Hills
SL
No
no of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code
HLS
(HH)
HLS
for
CB
Total
HLS
(HH +
CB) Total SLS
114 1 62/74 Longlut (H) Diyungbra N.C. Hills 2352900 16 2 18 2
115 2 63/74 Longlut (CH) Diyungbra N.C. Hills 2353000 43 3 46 5
116 3 64/74 Panimur Diyungbra N.C. Hills 2345200 80 5 85 9
117 4 65/74 Gopikot Diyungbra N.C. Hills 2374900 18 2 20 2
118 5 66/74 Daoban Diyungbra N.C. Hills 2376000 33 2 35 4
119 6 67/74
Khangram
(Khangnan) Diyungbra N.C. Hills 2376100 66 6 72 7
120 7 68/74 Purana Paisa Diyungbra N.C. Hills 2376300 35 4 39 4
121 8 69/74 Natun Paisa Diyungbra N.C. Hills 2376400 15 2 17 2
122 9 70/74 Baladhan Diyungbra N.C. Hills 2376500 77 6 83 8
123 10 71/74 Boro Ningle Diyungbra N.C. Hills 2376900 78 4 82 8
124 11 72/74 N.Ninglo Diyungbra N.C. Hills 2377100 68 4 72 7
125 12 73/74 Hejaichak Diyungbra N.C. Hills 2377200 48 6 54 5
126 13 74/74 Sampari disa Harangajaw N.C. Hills 2356000 59 1 60 6
127 14 3/101
Bonjare
(Bonglangbra) Diyungbra NC Hills 2338600 12 1 13 1
128 15 24/101
Longula
(Longkupur) Diyungbra NC Hills 2338900 22 2 24 1
129 16 83/101
Khuonglong
(khumlung) Diyungbra NC Hills 2374100 41 1 42 2
Total no of systems of NC Hills 711 51 762 73
Grand Total Gr III 5636 197 5833 297
106
GROUP-IV
Sl
No
Name
of
District
No of
Villages
No of
HLS (HH)
No of
HLS
(Comm)
Total
HLS
No of
SLS
1 Golaghat 33 1955 26 1981 130
2
Karbi
Anglong127 3989 66 4055 326
Total 160 5944 92 6036 456
SL
No
No of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code
HLS
(HH)
HLS
for
CB
Total
HLS
Total
SLS
Golaghat
1 1 26/74
Borichowa
Pothar Gomariguri Golaghat 1988300 105 1 106 11
2 2 27/74 Narayonpur Gomariguri Golaghat 1988500 207 1 208 21
3 3 28/74
Udoipur
Merapani Gomariguri Golaghat 1988700 255 1 256 26
107
4 4 29/74
Kulajan
No.2 Gomariguri Golaghat 1989100 216 1 217 22
5 5 30/74
Lakhi
Pathar Sarupathar Golaghat 2010700 189 0 189 19
6 6 31/74
West
Dhontola Sarupathar Golaghat 2010800 75 1 76 8
7 7 32/74
Ming Mang
No.2 Sarupathar Golaghat 2024800 57 0 57 6
8 8 24/127
Puheka
(Pihekhu) Sarupothar Golaghat 2036600 29 0 29 1
9 9 25/127 Hoito Sarupothar Golaghat 2037000 23 1 24 0
10 10 26/127
Uhozhe
(Ghakipo) Sarupothar Golaghat 2037100 26 0 26 1
11 11 27/127
Hatovi
( S. Hatovi ) Sarupothar Golaghat 2037300 35 2 37 1
12 12 28/127
Uhazhe
(Ghazhi) Sarupothar Golaghat 2037400 19 0 19 0
13 13 29/127 Tokughe Sarupothar Golaghat 2037500 32 1 33 1
14 14 30/127 Lozhoto Sarupothar Golaghat 2037600 27 1 28 1
15 15 31/127 Khugovi Sarupothar Golaghat 2037700 30 1 31 1
16 16 32/127 Henevi Sarupothar Golaghat 2037800 23 0 23 0
17 17 50/127 Suhovi Saru Pothar Golaghat 2036800 49 1 50 1
18 18 83/127
Mazdala Para
(Phohato) Bokakhat Golaghat 9142000 72 2 74 1
19 19 84/127 Ghonivi Saru Pothar Golaghat 2035200 31 1 32 1
20 20 85/127
Pishikhu
(Rishkhu) Saru Pothar Golaghat 2035300 63 1 64 1
21 21 86/127 Keyezu Saru Pothar Golaghat 2035400 15 1 16 0
22 22 87/127 Heneto Saru Pothar Golaghat 2035500 44 2 46 1
23 23 88/127
Vikhekha
(Yeveto) Saru Pothar Golaghat 2035600 24 1 25
24 24 89/127
Hevishe
(Hevighe) Saru Pothar Golaghat 2035700 45 1 46 1
25 25 90/127
Photo
(Phohato) Saru Pothar Golaghat 2035000 21 0 21 0
26 26 91/127
Hetio
(hetoi) Saru Pothar Golaghat 2035800 50 1 51 1
27 27 92/127 Sonito Saru Pothar Golaghat 2035900 23 0 23 1
108
28 28 93/127 Ahovi (Itovi) Saru Pothar Golaghat 2036000 21 1 22 0
29 29 94/127
Khudi
(khutovi) Saru Pothar Golaghat 2036100 25 0 25 1
30 30 95/127 L. Vihoto Saru Pothar Golaghat 2036200 51 1 52 1
31 31 96/127
Rengma
Naga Saru Pothar Golaghat 2036300 39 1 40 1
32 32 97/127
Sokhoyi
(Shihoto) Saru Pothar Golaghat 203640 22 1 23 0
33 33 98/127
Nacheri
(kuhoboto) Saru Pothar Golaghat 2036500 12 0 12 0
Total no of Systems of Golaghat 1955 26 1981 130
Karbi - Anglong
SL
No
No of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code
HLS
(HH)
HLS
for
CB
Total
HLS (HH
+ CB)
Total
SLS
34 1 33/74 Newvomli Bokajan
Karbi
Anglong 2151900 9 1 10 1
35 2 34/74
Phaimai
(Phaimai) Bokajan
Karbi
Anglong 2152400 21 1 22 2
36 3 35/74 Khoken Bokajan
Karbi
Anglong 2152500 31 2 33 3
37 4 36/74
Piwomal
(P.Vomli) Bokajan
Karbi
Anglong 2154600 12 2 14 1
38 5 37/74 Mulram Bokajan
Karbi
Anglong 2152800 54 1 55 6
39 6 38/74 Seijang Bokajan
Karbi
Anglong 2152900 42 2 44 4
40 7 39/74
Kania
Tarang Bokajan
Karbi
Anglong 2154400 15 0 15 2
41 8 40/74 Mijikro Bokajan
Karbi
Anglong 2160500 69 1 70 7
42 9 41/74 Bura Taro Bokajan
Karbi
Anglong 2160300 27 0 27 3
43 10 42/74 Sum Teron Bokajan
Karbi
Anglong 2160400 15 1 16 2
44 11 43/74
Hemari
Bey Bokajan
Karbi
Anglong 2160500 6 0 6 1
109
45 12 44/74
Sing
Hanse Bokajan
Karbi
Anglong 2160600 33 0 33 3
46 13 45/74
Hatuka
Gaon Bokajan
Karbi
Anglong 2161400 28 0 28 3
47 14 46/74 Hatuka Bokajan
Karbi
Anglong 2161700 24 0 24 2
48 15 47/74 Pheranke Bokajan
Karbi
Anglong 2162200 72 0 72 7
49 16 48/74 Nihang Bokajan
Karbi
Anglong 2164400 63 1 64 6
50 17 49/74
Nong
Krong Rongkhong
Karbi
Anglong 2058900 1 0 1 0
51 18 50/74 Ronghidi Rongkhong
Karbi
Anglong 2059400 80 5 85 9
52 19 51/74
Woham
Langso Rongkhong
Karbi
Anglong 2061400 17 2 19 2
53 20 52/74 Amlet Rongkhong
Karbi
Anglong 2060800 42 1 43 4
54 21 53/74
Harsing
Teron Rongkhong
Karbi
Anglong 2076900 7 0 7 1
55 22 54/74
Kathar
Gaon Rongkhong
Karbi
Anglong 2069400 24 1 25 3
56 23 55/74
Kabung
Ronghang
Gaon Rongkhong
Karbi
Anglong 2061900 73 1 74 7
57 24 56/74
Basa
Rongpher Rongkhong
Karbi
Anglong 2071300 45 0 45 5
58 25 57/74
Kamar
Hanse Rongkhong
Karbi
Anglong 2071200 39 1 40 4
59 26 58/74
Rongpher
Seuot Rongkhong
Karbi
Anglong 2072100 24 1 25 3
60 27 59/74
Arting
Sanfau Socheng
Karbi
Anglong 2080800 208 1 209 21
61 28 60/74 Tasheng Socheng
Karbi
Anglong 2085400 123 0 123 12
62 29 61/74 Amser Chinthong
Karbi
Anglong 2091000 31 0 31 3
63 30 13/65 Ratial Chinthong Karbi 2092200 19 0 19 2
110
Anglong
64 31 14/65
Sar Rongpi
Gaon Howraghat
Karbi
Anglong 2215100 4 0 4 0
65 32 15/65
Mai
Kramsa Howraghat
Karbi
Anglong 2216300 9 0 9 1
66 33 16/65 Das Bari Howraghat
Karbi
Anglong 2209900 11 0 11 1
67 34 17/65
Maine Hanse
Gaon Chinthong
Karbi
Anglong 2096800 13 0 13 1
68 35 18/65
Kongching Tokbi
Gaon Chinthong
Karbi
Anglong 2097200 14 0 14 1
69 36 19/65 Rongchirim Chinthong
Karbi
Anglong 2047800 14 0 14 1
70 37 20/65
Langang
Engti Gaon Chinthong.
Karbi
Anglong 2096900 15 0 15 2
71 38 21/65
Khoya
Hanse Amri
Karbi
Anglong 2055000 17 0 17 2
72 39 22/65
Bura Rongpi
Gaon Howraghat
Karbi
Anglong 2260900 19 0 19 2
73 40 23/65
Monda Bey
Gaon Howraghat
Karbi
Anglong 2257400 28 1 29 3
74 41 24/65 Umpaklong Chinthong
Karbi
Anglong 2096500 29 0 29 3
75 42 25/65
Norten
Engti Howraghat
Karbi
Anglong 2260700 34 0 34 3
76 43 26/65
Tikok
Langso Howraghat
Karbi
Anglong 2256300 20 0 20 2
77 44 27/65
Bagaram
Ronghana Howraghat
Karbi
Anglong 2206600 14 0 14 1
78 45 28/65
Kania Hanse
Gaon Howraghat
Karbi
Anglong 2211900 28 2 30 3
79 46 29/65
Sarthe Engti
Gaon Howraghat
Karbi
Anglong 2212100 25 0 25 3
80 47 30/65
Bura
Rongphar Howraghat
Karbi
Anglong 2256200 34 0 34 3
81 48 31/65 Bor-Amli Amri
Karbi
Anglong 2051100 54 0 54 5
82 49 32/65 Teron Gaon Howraghat Karbi 2215900 49 0 49 5
111
No-2 Anglong
83 50 33/65 Soru-Amli Amri
Karbi
Anglong 2051000 45 0 45 5
84 51 34/65 Umru Laru Chinthong
Karbi
Anglong 2091900 120 1 121 12
85 52 35/65 Umat Chinthong
Karbi
Anglong 2091700 122 1 123 12
86 53 36/65 Umwang Chinthong
Karbi
Anglong 2093000 136 2 138 14
87 54 37/65 Amri Khat Amri
Karbi
Anglong 2057800 18 0 18 2
88 55 38/65
Barim
Gaon Amri
Karbi
Anglong 2056900 17 0 17 2
89 56 39/65 Chamr Amri
Karbi
Anglong 2078800 2 0 2 0
90 57 40/65 Khay Bey Amri
Karbi
Anglong 2042900 30 0 30 3
91 58 41/65
Langang Senar
Gaon Amri
Karbi
Anglong 2079000 1 0 1 0
92 59 42/65
Sing
Rongphar Amri
Karbi
Anglong 2077000 6 0 6 1
93 60 43/65
Klengdun Hanse
Gaon Amri
Karbi
Anglong 2069500 21 0 21 2
94 61 44/65
Borsing
Engleng Amri
Karbi
Anglong 2071800 64 1 65 7
95 62 45/65
Larsing
Engti Amri
Karbi
Anglong 2076200 35 0 35 4
96 63 46/65 Mithi Gaon Amri
Karbi
Anglong 2057300 13 0 13 1
97 64 47/65
Morten-2
(Nongtham) Amri
Karbi
Anglong 2048200 21 1 22 2
98 65 48/65
Rong
Phom Amri
Karbi
Anglong 2057900 2 2 4 0
99 66 49/65
Uttar Bali
Gaon Amri
Karbi
Anglong 2070900 19 0 19 2
100 67 50/65
Kumrai
khura Amri
Karbi
Anglong 2043200 33 1 34 3
101 68 51/65 Amduba Amri Karbi 2043100 31 0 31 3
112
Anglong
102 69 52/65 Bogajamin Amri
Karbi
Anglong 2043400 29 0 29 3
103 70 53/65 Mubai Amri
Karbi
Anglong 2047100 29 1 30 3
104 71 54/65 Singkung Amri
Karbi
Anglong 2047200 18 1 19 2
105 72 55/65
Karbi
Archon Amri
Karbi
Anglong 2052700 25 1 26 3
106 73 56/65 Lalmati Amri
Karbi
Anglong 2068700 32 0 32 3
107 74 57/65 Dengthit Chinthong
Karbi
Anglong 2092500 5 0 5 1
108 75 58/65 Kamaidap Chinthong
Karbi
Anglong 2090900 2 0 2 0
109 76 59/65 Latmarleng Chinthong
Karbi
Anglong 2091500 11 1 12 1
110 77 60/65 Patikyndok Chinthong
Karbi
Anglong 2095200 26 1 27 3
111 78 61/65
Rongmandu
(Engti Gaon) Chinthong
Karbi
Anglong 2094700 2 0 2 0
112 79 62/65
Solu
Rongphar Chinthong
Karbi
Anglong 2097000 26 1 27 3
113 80 63/65 Umlado Chinthong
Karbi
Anglong 2094800 18 1 19 2
114 81 64/65 Umsekan Chinthong
Karbi
Anglong 2094400 48 1 49 5
115 82 65/65 Langap Socheng
Karbi
Anglong 2088500 1 0 1 0
116 83 1/101
Kunja
Engti Howraghat
Karbi
Anglong 2254200 10 1 11 1
117 84 2/101
Monsing
Tokbi Howraghat
Karbi
Anglong 2254100 5 0 5 0
118 85 4/101 Langkeroi Socheng
Karbi
Anglong 2081200 21 0 21 1
119 86 5/101 Umjulahar Socheng
Karbi
Anglong 2087500 30 0 30 1
120 87 6/101 Laram Chinthong Karbi 2089100 15 0 15 1
113
Anglong
121 88 7/101 Phetkuso Amri
Karbi
Anglong 2078900 25 1 26 1
122 89 8/101 Langsangpi Chinthong
Karbi
Anglong 2063300 14 0 14 1
123 90 9/101 Jor Teron Howraghat
Karbi
Anglong 2190300 26 0 26 1
124 91 10/101
Langtuk Teron
Gaon Howraghat
Karbi
Anglong 2193000 29 0 29 1
125 92 11/101
Bhugot
Tokbi Howraghat
Karbi
Anglong 2235400 35 0 35 1
126 93 12/101
Arson
Singner Howraghat
Karbi
Anglong 2256900 7 0 7 0
127 94 13/101
Katon
Teron Howraghat
Karbi
Anglong 2208100 8 0 8 0
128 95 14/101 Langhonjar Chinthong
Karbi
Anglong 2091600 60 1 61 3
129 96 15/101 Sabuda Chinthong
Karbi
Anglong 2092600 42 0 42 2
130 97 16/101
Karbi
Lalung Amri
Karbi
Anglong 2050600 64 1 65 3
131 98 17/101 Bepari Gaon Howraghat
Karbi
Anglong 2212400 42 0 42 2
132 99 18/101 Moput Chinthong
Karbi
Anglong 2092900 38 0 38 1
133 100 19/101 Mulajan Howraghat
Karbi
Anglong 2182600 19 1 20 1
134 101 20/101
Langchi Tung
Gaon Lumbajong
Karbi
Anglong 2259700 12 0 12 1
135 102 21/101
Phongioket Doli
Gaon Howraghat
Karbi
Anglong 2216400 28 0 28 1
136 103 22/101
Englang
Hanso Lumbajong
Karbi
Anglong 2259400 15 0 15 1
137 104 23/101
Lungtuk
Engti Lumbajong
Karbi
Anglong 2260100 14 0 14 1
138 105 25/101 Kania Bey Rongmongwa
Karbi
Anglong 2158700 10 0 10 1
139 106 26/101 Sarthe Rongmongwa Karbi 2122500 9 0 9 0
114
Kramsa Anglong
140 107 27/101
Sarthe
Terong Rongmongwa
Karbi
Anglong 2154800 20 0 20 1
141 108 28/101 Thanghoi Rongmongwa
Karbi
Anglong 2154700 6 0 6 0
142 109 29/101 Khanuomphai Rongmongwa
Karbi
Anglong 2154900 14 0 14 1
143 110 62/101
Birching Teron
Gaon Lumbajong
Karbi
Anglong 2259800 12 0 12 1
144 111 63/101
Kiring
Engti Rongmongwa
Karbi
Anglong 2286800 85 0 85 4
145 112 64/101
Kohora
Gaon Rongmongwa
Karbi
Anglong 2324900 29 0 29 1
146 113 65/101
Madan
Mini Socheng
Karbi
Anglong 2081700 42 1 43 2
147 114 66/101 Nongrirong Socheng
Karbi
Anglong 2081900 90 3 93 4
148 115 67/101 Deuglier Socheng
Karbi
Anglong 2087900 50 4 54 2
149 116 68/101 Muriap Socheng
Karbi
Anglong 2087700 30 1 31 1
150 117 69/101 Baida Socheng
Karbi
Anglong 2079700 62 1 63 2
151 118 33/127 Japisoja Howra Ghat
Karbi
Anglong 2184000 37 0 37 1
152 119 34/127 Dimbeswar Goan Howra Ghat
Karbi
Anglong 2235500 33 1 34 1
153 120 35/127
Bikhoy
Bey Howra Ghat
Karbi
Anglong 2259000 35 1 36 1
154 121 36/127
Sikari
Pahar Howra Ghat
Karbi
Anglong 2214000 39 1 40 1
155 122 37/127 Engti gaon Bokajan
Karbi
Anglong 2296300 33 1 34 1
156 123 38/127 Ronghong Bokajan
Karbi
Anglong 2296600 21 1 22 0
157 124 39/127
Deohari
Rongpi Bokajan
Karbi
Anglong 2296700 30 1 31 1
158 125 40/127 Jongung Bokajan Karbi 2296900 15 0 15 0
115
Gaon Anglong
159 126 41/127
Wapung
Hanse Bokajan
Karbi
Anglong 2298500 20 0 20 0
160 127 42/127
Kongot
Gaon Bokajan
Karbi
Anglong 229700 15 0 15 0
Total no of Systems of Karbi Anglong 3989 66 4055 326
Grand Total of Gr IV 5944 92 6036 456
116
GROUP-V
Sl
No
Name
of District
No of
Villages
No of
HLS
(HH)
No of
HLS
(Comm)
Total
HLS
No of
SLS
1 Cachar 18 380 16 396 18
2 Hailakandi 12 670 9 679 32
3 Karimganj 35 2777 68 2845 152
4 Kamrup 13 482 32 514 19
5 Goalpara 19 1115 48 1163 21
Total 97 5424 173 5597 242
SL
No
no of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code HLS (HH)
HLS
for
CB
Total
HLS
Total
SLS
Cachar 1 1 165/206 Chanslu Punji Udarband Cachar 2456800 22 1 23 1
2 2 166/206 Eu Buck Punji Udarband Cachar 2456500 1 0 1 0
3 3 167/206
Unsurveyed
Khuli Cherra Udarbond Cachar 2455000 33 1 34 1
4 4 168/206 Haibong Punji Udarbond Cachar 2456100 25 1 26 1
5 5 169/206
Elyas Khasia
Punji Borkhala Cachar 2422500 52 1 53 2
6 6 170/206 Akai Punji Udarbond Cachar 2456600 17 1 18 1
7 7 171/206
New
Machangjai Borkhola Cachar 2421000 18 1 19 1
8 8 172/206 Kayang Pai Borkhola Cachar 2421500 18 1 19 1
9 9 173/206
Bandar khal
Punji Borkhola Cachar 2422900 24 1 25 1
10 10 174/206 Old Juhar Basti Borkhola Cachar 2421100 42 1 43 1
11 11 175/206 Laljuar Borkhola Cachar 2421300 16 1 17 1
12 12 176/206 Bejung Punjee Raja Bazar Cachar 2491400 11 1 12 1
13 13 177/206 Suiga Punjee Raja Bazar Cachar 2486600 23 1 24 1
14 14 178/206
Choto Tulpi
Punjee Raja Bazar Cachar 2491600 16 1 17 1
15 15 198/206 Kayang Pur Borkhola Cachar 2421200 16 1 17 1
16 16 199/206 Darga Chara Borkhola Cachar 2422700 19 1 20 1
117
Punji
17 17 200/206 Sunjan Punji Uda Bond Cachar 2456300 7 0 7 1
18 18 201/206
Simla Dikcha
Mukh Raja Bazar Cachar 2485700 20 1 21 1
Total no of systems of Cachar 380 16 396 18
Hailakandi
SL
No
no of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code HLS (HH)
HLS
for
CB
Total
HLS
(HH +
CB)
Total
SLS
19 1 12/74
Dam Cherra
N.C. Katlichera Hailakandi 2620800 90 2 92 9
20 2 13/74 Ahalyapur N.C. Katlichera Hailakandi 2621000 65 2 67 7
21 3 160/206
Bakri Howar
PT XI Algapur Hailakandi 2601600 55 1 56 2
22 4 161/206 Kalyan Pur Katlichera Hailakandi 2628600 40 0 40 1
23 5 162/206 Krishnapur NC Katlichera Hailakandi 2628500 14 0 14 1
24 6 163/206
Aloicherra
Pt VI Hailakandi Hailakandi 2625700 9 0 9 1
25 7 164/206 Ram Santipur Katlichera Hailakandi 2620900 61 0 61 2
26 8 202/206 Kulichsa Lala Haliakandi 2616900 25 1 26 1
27 9 203/206 Santipur N.C. Katli Chera Haliakandi 2628300 14 0 14 1
28 10 204/206
Pagla Cherra
N.C. Katli Chera Haliakandi 2620600 96 1 97 2
29 11 205/206 Mullapur N.C. Katli Chera Haliakandi 2620200 128 1 129 3
30 12 206/206 Makenjipur Katli Chera Haliakandi 2623500 73 1 74 2
Total no of Systems of Hailakandi 670 9 679 32
Karimganj
SL
Sl no of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code HLS (HH)
HLS
for
Total
HLS
Total
SLS
118
No CB
(HH +
CB)
31 1 1/74 Hummak
Karimganj
(S) Karimganj 2518000 120 3 123 12
32 2 2/74 Bamon
Karimganj
(S) Karimganj 2518100 261 16 277 28
33 3 3/74 Gharuya
Karimganj
(S) Karimganj 2520300 93 4 97 10
34 4 4/74 Jabda Chauk
Karimganj
(N) Karimganj 2506900 21 2 23 2
35 5 5/74 Lakarkhai
Karimganj
(N) Karimganj 2508100 51 3 54 5
36 6 6/74
Dhitchak-8-
Nayabaridhit
Karimganj
(N) Karimganj 2511200 57 3 60 6
37 7 7/74 Jaruya
Karimganj
(N) Karimganj 2506000 80 5 85 9
38 8 8/74
Moujkhri
Chack
Karimganj
(S) Karimganj 2537500 69 4 73 7
39 9 9/74
Sarpurkita
Chutabil
Karimganj
(S) Karimganj 2547200 57 3 60 6
40 10 10/74
Hizim Angura
Pt.I
Karimganj
(N) Karimganj 2531700 85 4 89 9
41 11 11/74 Dandibhri
Karimganj
(N) Karimganj 2532500 105 0 105 11
42 12 113/127
Dhalchara
Kittikeuti Patharkandi Karimganj 2548600 43 1 44 1
43 13 114/127
Purbo Tutir
Bond Patharkandi Karimganj 2550600 138 1 139 3
44 14 115/127
Purbo
Purbogool Patharkandi Karimganj 2550700 11 1 12 1
45 15 116/127
Purbo
narainpur Patharkandi Karimganj 2553500 97 1 98 2
46 16 117/127
Jamirdalua
Punjee Patharkandi Karimganj 2553600 118 0 118 3
47 17 118/127 Dakhin Patharkandi Karimganj 2553700 107 0 107 3
119
narainpur
48 18 119/127 Ghilaitikar I Patharkandi Karimganj 2556100 29 0 29 1
49 19 120/127
Badshahi
Forest Lowairpoa Karimganj 2557800 83 2 85 2
50 20 121/127
Pachim
Hafanigool Lowairpoa Karimganj 2559500 73 0 73 2
51 21 122/127 Uttar Gopalpur Lowairpoa Karimganj 252000 223 1 224 5
52 22 123/127
Purbo Haitam
Charra Lowairpoa Karimganj 2563200 38 1 39 1
53 23 124/127
Purbo
Pecherghat Lowairpoa Karimganj 2563300 118 1 119 3
54 24 125/127
Purbo Pecherghat
kitte Char TI Lowairpoa Karimganj 2563400 30 0 30 1
55 25 126/127 Dengura Charra Lowairpoa Karimganj 2563600 78 1 79 2
56 26 127/127
Uttar Chagolmar
Bond Lowairpoa Karimganj 2565000 132 2 134 3
57 27 151/206
Jummahal
Pt -I R.K Nagar Karimganj 2573100 46 1 47 1
58 28 152/206
Jummahal
Pt -II R.K. Nagar Karimganj 2573300 40 1 41 1
59 29 153/206
Dhura Gamarim
Kitte Miskincha R.K. Nagar Karimganj 2573800 8 1 9 1
60 30 154/206
Dam Cherra
T.E. Pt. VI
Durlabh
Cherra Karimganj 2588300 67 1 68 2
61 31 155/206
Dam Cherra
T.E. Pt. V
Durlabh
Cherra Karimganj 2588500 56 1 57 2
62 32 156/206
Munashya Pur
Kitte Purba Pungl
Durlabh
Cherra Karimganj 2589900 65 1 66 2
63 33 157/206
Pani Cherra
Punjee
Durlabh
Cherra Karimganj 2590300 81 1 82 2
64 34 158/206
Dakhim Ahmedpur
Kitte Dhalipan
Durlabh
Cherra Karimganj 2590500 41 1 42 1
120
65 35 159/206 Dakhin Rampur
Durlabh
Cherra Karimganj 2593300 56 1 57 2
Total no of systems of Karimganj 2777 68 2845 152
Kamrup
SL
No
Sl no of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code HLS (HH)
HLS
for
CB
Total
HLS
(HH +
CB)
Total
SLS
66 1 1/127 Nowapara Choy Gaon Kamrup 564400 26 2 28 1
67 2 2/127
Baghbor Gohain
Para Choy Gaon Kamrup 565200 1 0 1 0
68 3 99/206 Deuri Doba Garoi-mari Kamrup 563800 42 2 44 2
69 4 100/206 Dighal Duba Garoi-mari Kamrup 562800 21 3 24 1
70 5 101/206
Maghuabilar
Pathar Garoi-mari Kamrup 563700 30 5 35 1
71 6 102/206 Bhugedia No.1 Garoi-mari Kamrup 564200 37 2 39 1
72 7 103/206 Ujan Duramari Garoi-mari Kamrup 563300 26 4 30 2
73 8 104/206 Dekradiatup Garoi-mari Kamrup 565000 35 2 37 1
74 9 105/206 Kalar Dia Tup Garoi-mari Kamrup 564800 30 3 33 1
75 10 106/206 Choudhuripara Garoi-mari Kamrup 563600 11 2 13 1
76 11 107/206 Sitalmari Garoi-mari Kamrup 563400 11 2 13 1
77 12 108/206 Khatra Para Garoi-mari Kamrup 564700 87 3 90 3
78 13 109/206 Kalar Dia Garoi-mari Kamrup 563900 125 2 127 4
Total no of systems of Kamrup 482 32 514 19
Goalpara
SL
No
Sl no of
Villages
San.
Sl No
Name of the
Villages Bolck District
Census
Code HLS (HH)
HLS
for
CB
Total
HLS
(HH +
CB)
Total
SLS
79 1 31/206 Batabari Joleswar Goalpara 234400 8 1 9 0
80 2 32/206 Gerapuri Joleswar Goalpara 236300 80 4 84 2
81 3 33/206
Killa Hara
PT-II Lakhipur Goalpara 243800 46 2 48 1
82 4 34/206
Killa Hara
PT-II Lakhipur Goalpara 244400 14 3 17 0
83 5 35/206 Chular Char Lakhipur Goalpara 244800 17 1 18 0
121
84 6 36/206
Kristomoni
Para PT-I Kharmuja Goalpara 258100 15 2 17 0
85 7 37/206
Nunkhowa
PT-I Kharmuja Goalpara 258000 87 5 92 2
86 8 38/206
Kristomoni
PT-II Lakhipur Goalpara 248100 12 0 12 0
87 9 39/206
Nunkhowa
PT-I Kharmuja Goalpara 258300 168 5 173 3
88 10 40/206
Uttar
Katlamari Kharmuja Goalpara 258600 9 0 9 0
89 11 41/206 Holanga Char Kharmuja Goalpara 259300 23 0 23 0
90 12 42/206
Birsing
Halang-II Kharmuja Goalpara 259400 99 3 102 2
91 13 43/206
Birsing
Halang–I Kharmuja Goalpara 259500 204 4 208 4
92 14 44/206
Dakhin
Katlamari Kharmuja Goalpara 259600 32 2 34 1
93 15 45/206
Singimari
River Motia Goalpara 285800 50 3 53 1
94 16 46/206 Ujerer Char Motia Goalpara 280900 61 2 63 1
95 17 47/206 Basanta Pur Motia Goalpara 284000 91 1 92 2
96 18 48/206
Sutar Para
Char Motia Goalpara 286400 60 5 65 1
97 19 49/206
Hajua Char
No-I Kharmuja Goalpara 260600 39 5 44 1
Total no of systems of Goalpara 1115 48 1163 21
Grand Total of Gr IV 5424 173 5597 242
122
123
Recommended